Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

70 -- CISCO Router Equipment - CLINs/SLINs

Notice Date
6/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-11-Q-0123
 
Archive Date
9/30/2011
 
Point of Contact
Tracy A Birch, Phone: 717-770-6613, JONI L. STEPHENS, Phone: 717-770-5912
 
E-Mail Address
tracy.birch@dla.mil, JONI.STEPHENS@DLA.MIL
(tracy.birch@dla.mil, JONI.STEPHENS@DLA.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Line Item Numbers (CLINs)/Subcontract Line Item Numbers (SLINs) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Part 13.5, Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), Solicitation Number SP3300-11-Q-0123. This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-52 effective 31 May 2011, the Defense Federal Acquisition Regulation Supplement (DFARs) DPN 20110518 edition effective 18 May 2011, and the Defense Logistics Agency Directive (DLAD) current to Revision 5 and PROCLT 2011-12. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ This acquisition is a total 100% small business set-aside among certified resellers of Cisco equipment. The associated NAICS code is 334210, and the associated small business size standard is 1,000 employees. DLA Distribution has a requirement for Cisco router equipment. See the attached schedule of supplies/services for Contract Line Item Number (CLIN) identification. Part Numbers shown in the schedule of supplies/services are Cisco Part Numbers. Delivery is required no later than two (2) weeks after contract award. Delivery should be priced as FOB Destination. Delivery is required to the following address: DLA Information Operations New Cumberland Building 54-2, Door 8, M Avenue New Cumberland, PA 17070 Offeror must be a certified reseller or agent of the manufacturer for the products requested. All products and components must be manufacturer new, sourced directly from the manufacturer or via an authorized distributor, and must include the manufacturer's full hardware and/or software warranty. No third party, refurbished, or gray market items will be accepted. All products must be supportable via the manufacturer's extended support contracts without recertification by the manufacturer. All licenses, warranties, and extended support contracts must convey to the Federal Government. BRAND NAME JUSTIFICATION This requirement includes with the solicitation the enclosed brand name justification in accordance with FAR 6.302-1(c): DLA Information Operations New Cumberland utilizes Cisco hardware/software for all end-point and boundary routing applications within the agency. Selection of any other hardware/software would deviate from the equipment standards used within the agency. DLA Information Operations New Cumberland's standard site installation requires a Cisco router to connect to the Enterprise Telecommunications Network (ETN). DLA guidelines state that multiple prerequisites be met before a network device can be directly connected to an ETN routing device. They include the device having a current maintenance agreement with the vendor, the device must not be end of life, and the hardware must run the Internetwork Operating System (IOS) which is only available on Cisco networking peripherals. These restrictions limit requirements for ETN border routers to Cisco brand name equipment only. The Government intends to award a Firm-Fixed Price purchase order resulting from this notice. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The method of payment for supplies/services under this contract will be by the Defense Finance and Accounting Service (DFAS). NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. Clauses and Provisions: The following FAR, DFAR, and DLAD clauses and provisions are applicable to this acquisition. The applicable clauses will be incorporated into the contract award document. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil. FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERICAL ITEMS (JUN 2008) Addenda to 52.212-1: the following paragraphs are hereby deleted from this provision: paragraphs (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS - ALT I (APR 2011) FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JUNE 2010) Addenda to FAR 52.212-4: The following clauses apply: FAR 52.247-34, FOB Destination (NOV 1991). FAR 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (MAY 2011) Under paragraph (b), the following clauses apply: FAR 52.203-6 - Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); FAR 52.209-6 -Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). FAR 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) (ii) Alternate I (Oct 1995) of 52.219-6; FAR 52.219-8 - Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-14 - Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); FAR 52.219-28 - Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); FAR 52.222-3 - Convict Labor (June 2003) (E.O. 11755); FAR 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); FAR 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 - Equal Opportunity (Mar 2007) (E.O. 11246); FAR 52.222-35 - Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); FAR 52.222-37 - Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212); FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); FAR 52.223-18 - Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513); FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); and FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).   DFARS 252.212-7000 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005); DFARS 252.212-7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLETEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2011) Under paragraph (a), the following clauses apply: FAR 52.203-3 - Gratuities (APR 1984) (10 U.S.C. 2207). Under paragraph (b), the following clauses apply: DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181); DFAR 252.225-7012 - Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a); DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); DFAR 252.243-7002 - Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410); and DFAR 252.247-7023 - Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). DLAD 52.233-9000 - AGENCY PROTESTS (SEP 1999); DLAD 52.233-9001 - DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR)(JUN 2001); DLAD 52.247-9012 - REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM)(FEB 2007). Additional required clauses other than those listed above may be included as Addenda on the award document.   OFFEROR SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number. (2) Solicitation number. (3) Unit Price and extended prices for all CLIN(S). (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). (6) Documentation that demonstrates that the offeror is an authorized Cisco reseller/partner. 2. Contractors are required to include a copy of the FAR Provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR Provision 252.212- 7000-Offeror Representation and Certification-Commercial Items with its quote or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 EVALUATION OF QUOTATIONS OR OFFERS: The Government intends to award one (1) Firm-Fixed Price (FFP) purchase order as a result of this Request for Quote (RFQ). Award will be based on the total overall lowest price quoted that provides the brand name equipment requested in the required delivery timeframe. All questions and inquiries should be addressed via email to Tracy.Birch@dla.mil, RFQ Number SP3300-11-Q-0123. Offerors responding to this announcement shall submit their quotations to Tracy Birch to the above email address. All quotes must be received NLT 3:00pm eastern time on 28 June 2011. Failure to submit all of the information requested by the solicitation may result in the offer being eliminated from consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-0123/listing.html)
 
Place of Performance
Address: DLA Distribution Information Operations sited at New Cumberland, PA, New Cumberland, Pennsylvania, 17070-5000, United States
Zip Code: 17070-5000
 
Record
SN02471956-W 20110616/110614234629-a3b5f61804fc68920a818378fae9cb17 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.