SOLICITATION NOTICE
60 -- CISCO Fiber Modules - Brand Name Justification
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- F1C3442132A001
- Archive Date
- 6/28/2012
- Point of Contact
- Gillian B. David, Phone: 6713666603
- E-Mail Address
-
gillian.david@us.af.mil
(gillian.david@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation, F1C3442132A001 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The NAICS code is 334210 and the small business size standard is $1,000,000.00. The following commercial items are requested in this solicitation: Cisco Fiber Modules CLIN 0001 - Quantity 10 EA BRAND NAME - CISCO (SFP-GE-S) 1000BASE-SX SFP Transceiver Module - 1 - SFP Cisco SFP-GE-S=. Networking: 1000 Mbit/s. Connectivity: Wired. Other features: Gigabit Ethernet, SFP (mini-GBIC) CLIN 0002 - Quantity 10 EA BRAND NAME - CISCO (GLC-LH-SM) GLC-LH-SM CE SFP, LC connector LX/LH transceiver. GLC-LH-SM, Mini-GBIC, 1000BASE-LX/LH, SFP Cisco GLC-LH-SM. Networking: 1000 Mbit/s. Connectivity: Wired. Certificates: RoHS. Other features: 1000BASE-LX/LH, Mini-GBIC, IEEE 802.3, SFP In order to be considered for award, vendors should provide all serial numbers of the products proposed. The serial numbers will be cross-referenced with CISCO for validation and authentication. Items should be shipped 30 Days ADC, FOB: Destination for delivery to Tracy, CA. Offers will be evaluated and awarded to the responsible Offeror whose offer represents the best value to the Government based upon Technical specifications described in each CLIN and Price. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the Best Value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). The clause at DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items(Deviation); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Gillian David at e-mail gillian.david@us.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Wednesday, June 13, 2012, 4:00pm Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C3442132A001/listing.html)
- Place of Performance
- Address: 36 Contracting Squadron Unit 14040 BLdg. 17000, Yigo, Guam, 96929, United States
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN02770114-W 20120609/120608000636-67aa3f658aee2375b4997a449c103756 (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 |