SOLICITATION NOTICE
70 -- Network Infrastructure Remaining Upgrade - J&A
- Notice Date
- 9/22/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
- ZIP Code
- 23665
- Solicitation Number
- FA4800-09-Q-BM20
- Archive Date
- 9/30/2009
- Point of Contact
- BryeMcMillon Jr, Phone: 757-764-8619
- E-Mail Address
-
brye.mcmillon@langley.af.mil
(brye.mcmillon@langley.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name J&A This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-09-Q-BM20. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is 100% set-aside for Small Business. The associated NAICS code is 423430 with a 500 employees size standard. This RFQ contains 10 lines items. The line item description for the Network Infrastructure Remaining Upgrade is as follows: CLIN 0001: Catalyst 3750, 48 10/100/1000T PoE+4 SFP+4S, P/N WS-C3750G-48PS-S, Qty. 77 Ea. CLIN 0002: Smartnet 8x5xNBD CAT 3750 48 10/100/1000T PoE+4S, CON-SNT-3750G48P, Qty. 77 Ea. CLIN 0003: GE SFP, LC Connector LX/LH Transceiver - GE SFP, LC Connector LX/LH Transceiver, Qty. 26 Ea. CLIN 0004: GE SFP, LC Connector SX Transceiver, P/N GLC-SC-MM, Qty. 74 Ea. CLIN 0005: Catalyst 4500 Supervisor IV (2 GE), Console (RJ-45), P/N WS-X4515, Qty. 37 Ea. CLIN 0006: Catalyst 6500Supervisor 32 with pisa and 8 GE uplinks, Qty. 9 Ea. CLIN 0007: Catalyst 6500 SUP720/SUP32 Compact Flash MEM 512 MB, P/N MEM-C6K-CPTFL512M, Qty. 9 Ea. CLIN 0008: Catalyst 6509 High Speed Fan Tray, P/N WS-C6K-9SLOT-FAN2, Qty. 9 Ea. CLIN 0009: Catalyst 6500 3000W AC Power Supply, P/N WS-CAC-3000W, Qty. 18 Ea. CLIN 0010: 100BASE-FX SFP for GE SFP Port on 3750, 3560, 2970, 2960. P/N GLC-GE-100FX, Qty. 2 Ea. End Item Description. Items identified above are manufactured by CISCO Systems. Vendor shall certify that it is a Cisco Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with the applicable Cisco certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the product are new and in their original box. The Vendor confirms to have sourced all Cisco products submitted in this offer from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current Cisco's applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. FOB point is Destination. The required delivery date is 30 October 2009. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-2 -- Evaluation -- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6 -- Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. AFFARS 5352.201-9101 Ombudsman. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Marietta Fry (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: Marietta Fry, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. The Federal Acquisition Regulation (FAR) Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Offerors will notify the Procuring Contracting Officer (PCO) in writing within 5 days of receipt of the RFP regarding any actual/potential OCI and provide applicable mitigation plans. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value. We will be evaluating both technical aspects and pricing. Quotes must be signed, dated and submitted by 26 September 2009, 1200 noon, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCA, Attn: Brye McMillon Jr., Contract Administrator, Commercial Phone 757-764-8619, Fax 757-764-7447, E-mail brye.mcmillon@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Brye McMillon Jr, Contract Administrator, Phone 757-764-8619, Fax 757-764-7447, brye.mcmillon@langley.af.mil Email your questions to Brye McMillon Jr. at brye.mcmillon@langley.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-09-Q-BM20/listing.html)
- Place of Performance
- Address: Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN01965032-W 20090924/090923000840-9458560bb06f14b280955654da040edc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |