SOLICITATION NOTICE
70 -- Cisco Switches
- Notice Date
- 7/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, Washington, 98661-3801
- ZIP Code
- 98661-3801
- Solicitation Number
- DTFH70-11-Q-00017
- Archive Date
- 8/4/2011
- Point of Contact
- Telina A. Thompson, Phone: 3606197738, Toni M. Palmer, Phone: 360-619-7726
- E-Mail Address
-
telina.thompson@dot.gov, toni.palmer@dot.gov
(telina.thompson@dot.gov, toni.palmer@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYN/SOL: Cisco Switches This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is a Request for Quotation (RFQ), No. DTFH70-11-Q-00017, being issued by the Federal Highway Administration Simplified Acquisitions Department with the intent to procure New Cisco Switches, price to include delivery (FOB Destination), to: Federal Highway Administration, Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA 98661. This solicitation, is prepared in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This solicitation is a Small Business Set-aside. The estimated price range for this procurement is >$25,000.00 and <$45,000.00. The North American Industry Classification System (NAICS) code is 334112 with an industry size standard of 1000 employees. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms with the solicitation and will be most advantageous to the Government. See Clause 52.212-2 below, for evaluation criteria. It is the contractor responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from http://www.arnet.gov/far/. All firms responding must be registered with the Central Contractor Registration (CCR) (website: http://www.ccr.gov/), or be registered prior to receiving award: (888) 227-2423. Once this combined synopsis/solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Description of requirement: Do NOT substitute. This requirement is Brand Name. CISCO is the only acceptable brand that is compatible with the existing network system. a. Cisco Catalyst; Part number WS-C3750X-48PF-S 48 port stackable switch (Brand substitutions will be deemed non-responsive). b. Quantity -5 each (total quantity purchased subject to change based on unit pricing). c. FOB Destination d. New (Not Refurbished or "Like New") U.S. market unit in original Cisco factory-sealed box. e. Cisco Certified Authorized Partner or Reseller (provide Cisco certification with quote). f. Full Cisco factory product warranty. g. TAA compliant h. Eligible for Cisco Smartnet Maintenance plans Contractor/vendor shall include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. Reps, Certs and quotation may be submitted by Email: Email quote to: WFL.purchasing@dot.gov. Please include DTFH70-11-Q-00017 on the subject line. Offers due 2 pm Pacific Daylight Time, August 3, 2011 NOTE: Fax and oral offers will not be accepted and considered non-responsive. CONTACTS: Solicitation - Contracting Officer: Telina Thompson 360-619-7738. 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far 52.252-2 Clauses Incorp. By Reference This contract incorporates one or more clauses by reference with the same full force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far Contract Terms and Conditions that apply to this acquisition: FAR 52.212-1, Instructions to Offerors - incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items (see below*), FAR 52.212-3, Full Text Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items- (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10,Reporting Executive Compensation and First-Tier Subcontracting Awards (Jul 2010)(Pub.L.109-282)(31 U.S.C. 6101 note); (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644), Alternate I (Oct 1995); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3 Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007)(42 U.S.C. 8259b); 52.223-16, IEEE 1680 Standard for Environmental Assessment of Personal Computer Products (Dec 2007)( (EO13423); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010)(E.O.13513); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169), Alternate I (Jan 2004); 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), 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)( (31 U.S.C. 3332); 52.239-1 Privacy or Security Safeguards (Aug 2006)(5 U.S.C. 552a) *52.212-2 -- Evaluation -Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in no particular order: Cisco Certification, Availability and Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/WFL/DTFH70-11-Q-00017/listing.html)
- Place of Performance
- Address: 610 East Fifth St. Vancouver, wa 98661-3801, Vancouver, Washington, 98661, United States
- Zip Code: 98661
- Record
- SN02512601-W 20110729/110727235423-fc6b384964ff61a45d681c3042246e68 (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 |