SOLICITATION NOTICE
66 -- IXIA Assessment Tester - Redacted Brand Name Justification
- Notice Date
- 2/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8307-12-R-1007
- Archive Date
- 3/9/2012
- Point of Contact
- Hattie L. Peay, Phone: 2109774882
- E-Mail Address
-
hattie.peay@us.af.mil
(hattie.peay@us.af.mil)
- 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 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. Solicitation number FA8307-12-R-1007 is hereby issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20120130, and Air Force Acquisition Circular (AFAC) 2012-0104. This solicitation is Full and Open and is advertised under the North American Industry Classification System (NAICS) Code: 334111 "Electronic Computer Manufacturing," which has a small business size standard of 1,000 employees. The Government anticipates a Firm-Fixed-Price (FFP) award as a result of this solicitation. Request a quote on the following item(s) and quantity(s): The following Ixia Inc. components are required: Mfr Part Number Manufacturer Product Description Qty 941-0009 Ixia Base Unit 1 ea 944-0095 Ixia LSM1000XMVDC4-01 4-port, Dual PHY 1 ea SFP-SX Ixia SFP Transceiver - 850nm SX 1 ea 925-3300 Ixia Ixload-Plus BaseSW Bundle Enhanced Layer 4-7 1 ea 932-0101 Ixia Analyzer Server, Base SW, Packet Capture Analysis 1 ea 928-0200 Ixia Aptixia IxAutomate Base Software Framework GUI 1 ea 928-0243 Ixia Aptixia IxAutomate Opt SW IP Multicast Test Suite 1 ea 928-0201 Ixia Aptixia IxAutomate Opt SW RFC 2544/IPv6 Test Suite 1 ea 930-1999 Ixia Aptixia IxNetwork Base SW Layer 2-3 Perf Text Application 1 ea 930-2004 Ixia IxRouter IxNetwork OPT SW 1 ea 932-0102 Ixia Analyzer Client Base SW, Media Player Tools 1 ea 928-0220 Ixia Aptixia IxAutomate Opt SW Adv Tel Script Ste (ATSS) 1 ea Required delivery shall be on or before 30 days after receipt of award. Place of delivery shall be ESC/HNCE, 230 Hall Blvd, Ste 114, San Antonio TX 78243-7081. The following FAR provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with 52.212-2, Evaluation--Commercial Items (Jan 1999) [paragraph (a) is as follows: The following factor shall be used to evaluate offers: (i). Technical Capability Technical Capability: offerors shall provide a letter of authorization to resell the items being requested. If applicable, offerors shall provide a copy of their teaming agreement with their offer. Technical capability will be determined solely by the ability to provide all of the items being requested in response to this RFQ. Award will be based on technical capability (acceptable or not acceptable) and then price. The government intends to award to the lowest priced, technically acceptable offer. Technical capability will be determined by the ability to provide all of the items being requested in response to this RFQ. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (Nov 2011), Alternate I (Apr 2011) with their proposal. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The following FAR clauses, either by reference or full text, apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders--Commercial Items (Jan 2012) [The clauses that are check marked as being applicable to this purchase are: 52.203-6, Restrictions on Subcontractor Sales to the Government (2006) Alternate I (Oct 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor--Cooperation With Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)]; 52.233-2, Service of Protest (Sep 2006) [The fill in portion of this clause is: Contracting Officer, 320 Hall Blvd, Suite 205, San Antonio, TX 78243-7081]; 52.233-3, Protest after Award (Aug 1996); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) [The fill in portion of this clause is: http://farsite.hill.af.mil]; 52.252-2, Clauses Incorporated by Reference (Feb 1998) [The fill in portion of this clause is http://farsite.hill.af.mil]. The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); 252.209-7004, Subcontracting with Firms that are Owned by the Government of a Terrorist Country (Dec 2009); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2012) [The clauses that are check marked as being applicable to this purchase are: 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of former DoD Officials (Sep 2011); 252.225-7001, Buy American Act and Balance of Payments Program (Oct 2011); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.247-7023, Transportation of Supplies by Sea (May 2002); 252.232-7010, Levies on Contract Payments (Dec 2006). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) [The fill in portion of this clause is: ESC Ombudsman, Bldg. 1606, 9 Eglin Street, Hanscom AFB MA 01731, Telephone: (781) 377-5106, Facsimile: (210) 377-4659, Email: ESC.Ombudsman@hanscom.af.mil.] Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Submit signed and dated offer to: Department of the Air Force, ESC/HNCK, Attn: Hattie Peay, 320 Hall Blvd, Suite 205, San Antonio TX 78243-7081 at or before 10:00 A.M. Central Standard Time, 23 Feb 12. Responses/offers must be sent electronically by email or fax at 210-977-3628. The POC for this solicitation is Hattie Peay at (210) 977-4882 between the hours of 7:00 AM and 5:00 PM central daylight savings time or via e-mail hattie.peay@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-12-R-1007/listing.html)
- Record
- SN02675492-W 20120216/120215000553-a05d5f3a658528da74b20db9ca554c06 (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 |