SOLICITATION NOTICE
58 -- CAT 4500 E-Series 6-Slot Chassis at Fort Bragg, NC
- Notice Date
- 4/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U11T0007
- Response Due
- 4/26/2011
- Archive Date
- 6/25/2011
- Point of Contact
- Johanna Goodman, 254-288-9567
- E-Mail Address
-
US Army ATEC Contracting Activity
(johanna.goodman@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 acquisition will be conducted in accordance with FAR 13, Commercial Items. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-48 dated 31 January 2011. The solicitation number for this requirement is W9115U-11-T-0007. This solicitation is issued as a request for quotes (RFQ). This acquisition is restricted as a 100% Set-Aside for Small Business Concerns. The associated North American Industry Classification System (NAICS) code for this procurement is 517110, with a Standard Industry Classification (SIC) code of 7035. The Small Business size standard for this requirement is 1500 employees. The Army Test and Evaluation Command (ATEC) Mission Support Contracting Activity (AMSCA), Fort Hood, Texas has a requirement to purchase parts to upgrade Cisco Equipment (CAT 4500 E-Series 6 Slot Chassis). The quotes will be evaluated in accordance with FAR Part 13. An award will be made to the lowest priced offeror who quote conforms to this solicitation. The requirements consist of the following brand name items: CLIN 0001: One (1) each CAT 4500 E-Series 6-Slot Chassis Fan, NO PS Brand New, OEM Part# WS-C4506-E. CLIN 0002: Two (2) each Catalyst 4500 E 48-Port PoE 802.3 Part#WS-X4748-RJ45V+E. CLIN 0003: Two (2) each Catalyst 4500 4200WAC Dual Input Power Supply (DATA+POE), OEM Part# PWR-C45-4200ACV. CLIN 0004: One (1) each Catalyst 4500 E-Series 24-Port GE Part# WS-X4624-SFP-E. CLIN 0005: SMARTNET-S-Extended Service Agreement - replacement - 1 year - 24X7 - 4 hr. The shipping address for all items is USAOTC ABNSOTD, Attn: Building 2-1728 Room 230 ARMISTEAD & WOODRUFF ST, FORT BRAGG, NC 28307-5000 and the required delivery date is 16 May 2011. AMSCA anticipates award of FFP purchase order to the responsible firm who submits an offer in accordance with this solicitation. An award will be made to the responsible offers conforming to the requirements of this solicitation offering the lowest price who can meet the proposed delivery schedule. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48. The provision at 52.211-6, Brand Name or Equal and 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision 52.212-3, Offeror Representations and Certifications - Commercial Items, and 52.212-3, Alt 1, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and offerors shall include a completed copy of the provision with its offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and additional clauses identified in 52.212-5 that apply to this acquisition are as follows: 52.222-50; 52.233-3; 52.233-4; 52.203-6 Alt I; 52.204-10; 52.209-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33. Additional FAR provisions and clauses that apply to this acquisition are as follows: 52.202-1; 52.204-7; 52.207-4; 52.209-7; 52.209-8; 52.209-9; 52.211-17; 52.211-16; 52.216-18; 52.216-19; 52.219-6; 52.219-8; 52.219-28; 52.222-40; 52.243-1; 52.246-2; 52.246-16; 52.247-34; 52.247-62; 52.252-1. Department of Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses that apply to this acquisition are as follows: 252.203-7002; 252.204-7003; 252.204-7004 Alt A; 252.204-7006; 252.209-7001; 252.209-7004; 252.211-7003; 252.225-7000; 252.212-7000; 252.212-7001; 252.212-7001 (Dev); 252.232-7010; 252.243-7001; 252.223-7001; 252.246-7000. Additional check-off clauses identified in 252.212-7001 that are applicable to this acquisition are as follows: 52.203-3; 252.203-7000; 252.205-7000; 252.225-7001; 252.232-7003; 252.243-7002; and 252.247-7024. This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil. To conform to this solicitation and to be considered for an award, offeror shall submit the following by 12:00 p.m. CST, on 26 April 2011: Completed Quote with offeror's information, solicitation number (W9115U-11-T-0007), pricing and product specification/data sheet. Completed copies of the provisions at FAR 52.212-1, 52.212-3, and DFARS clause 252.212-7000 or shall provide a copy of ORCA certifications if representations and certifications have been completed electronically via the ORCA website at https://orca.bpn.gov. It is a Department of Defense requirement that Offerors must be registered in the Central Contractor Registry (CCR) located at www.ccr.gov to be considered for award. Any Offeror not registered must be registered in the CCR prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Offers may be submitted electronically to AMSCA.ATEC@us.army.mil, ATTN: Johanna Goodman, please reference the solicitation number W9115U-11-T-0007 in the subject line. Direct all questions regarding this solicitation to Johanna.goodman@us.army.mil, at AMSCA.ATEC@us.army.mil. Quotes are due no later than 12:00 p.m. CST, 26 April 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U11T0007/listing.html)
- Place of Performance
- Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
- Zip Code: 76544-0770
- Zip Code: 76544-0770
- Record
- SN02422971-W 20110414/110412234826-011fc300fdad938503f0a0715c519a89 (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 |