SOLICITATION NOTICE
58 -- Aruba Wireless Access Points - (Draft)
- Notice Date
- 8/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ65-11WG47789
- Archive Date
- 8/27/2011
- Point of Contact
- Joshua S. Radosevich, Phone: 6026052503, Byron D. McCollum, Phone: 6026052776
- E-Mail Address
-
jradose@wapa.gov, mccollum@wapa.gov
(jradose@wapa.gov, mccollum@wapa.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 separate from this announcement. Solicitation DE-RQ65-11WG 92616 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. A fixed price contract will be awarded using Simplified Acquisition Procedures. This solicitation is 100% reserved for small business. The North American Industrial Code (NAICS) is 423610 and the business size standard is 100 employees. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region requires the following: ITEM 0001: (QTY: 27/EACH) Aruba Networks 125 Wireless Access points Part Number #AP-125-F1; ITEM 0002: (QTY: 25/EACH) Aruba Networks 120 series ceiling mounting kit Part Number AP-120-MNT; ITEM 0003 : Aruba Networks 105 Wireless Point dual Radio TAA compliant PN AP-105-1; ITEM 0004 : Aruba Networks 105 Access point mounting Kit PN AP-105-MNT-DC. Delivery is FOB Destination to 615 S. 43 rd AVE, AZ 85009 United States. New Equipment ONLY; NO remanufactured or "gray market" items. The following FAR clauses/provisions are applicable to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Condition - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items;; FAR 52.204-10 Reporting Executive Compensation and First-Tier subcontract Awards, FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Oppurtunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving, Buy American Act--Supplies; 52.225-1 -- Buy American Act-Supplies;FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.o.b. - Destination. The following Western Area Power Administration clauses/provisions are applicable to this procurement: WES-H-1054 COMPLIANCE WITH INTERNET PROTOCOL VERSION 6 (IPv6) IN ACQUIRING INFORMATION TECHNOLOGY (WAPA JUN 2010) This contract involves the acquisition of Information Technology (IT) that uses Internet Protocol (IP) technology. The contractor agrees that (1) all deliverables that involve IT that uses IP (products, services, software, etc.) comply with IPv6 standards and interoperate with both IPv6 and IPv4 systems and products; and (2) it has IPv6 technical support for fielded product management, development and implementation available. If the contractor plans to offer a deliverable that involves IT that is not initially compliant, the contractor agrees to (1) obtain the Contracting Officer's approval before starting work on the deliverable; and (2) have IPv6 technical support for fielded product management, development and implementation available. Should the contractor find that the Statement of Work or specifications of this contract do not conform to IPv6 standards, it must notify the Contracting Officer of such nonconformance and act in accordance with the instructions of the Contracting Officer. Referenced FAR clauses are available in full text at: http://farsite.hill.af.mil/VFFARA.HTM. Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to the responsible contractor whose offer conforms to solicitation requirements and provides best value to the government. All quotes must be valid for 30 days. Written offers and the above required information are due no later than AUGUST 12, 2011 5:00 pm to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43 rd Avenue), Attn: G1527, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Mr. Josh Radosevich, Contract Specialist (FAX: 602-605-2483 or e-mail: Jradose@wapa.gov ).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c64676e981c44345ddee817cc122c7a9)
- Record
- SN02523202-W 20110807/110805234505-c64676e981c44345ddee817cc122c7a9 (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 |