Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2013 FBO #4152
SOLICITATION NOTICE

58 -- Switch Equipment - FA8751-13-Q-NOS6

Notice Date
4/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-13-Q-NOS6
 
Archive Date
4/25/2013
 
Point of Contact
Andrey Selyuzhitskiy, Phone: 315-330-4434
 
E-Mail Address
Andrey.Selyuzhitskiy@rl.af.mil
(Andrey.Selyuzhitskiy@rl.af.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
FA8751-13-Q-NOS6 Representations & Certifications Addendum 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-13-Q-NOS6 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130228. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as an Economically Disadvantaged Women Owned Small-Business under NAICS code 334210 and less than or equal to 1000 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis, including the cost of shipping FOB Destination. All items in the offeror's solution must be factory new and fully interoperable. -Cisco 3945 w/SPE150 (3GE 4EHWIC 4DSP 4SM 256MBCF 1GBDRAM IPB), qty 2 (CISCO3945/K9 or equal) -IOS UNIVERSAL, qty 2 (S39UK9-15201T or equal) -AC Power Supply, qty 2 (PWR-3900-AC or equal) -AC Power Cord (North America) C13 NEMA 5-15P 2.1m, qty 2 (CAB-AC or equal) -Performance Engine 150, qty 2 (C3900-SPE150/K9 or equal) -IP Base License, qty 2 (SL-39-IPB-K9 or equal) -Fan Assembly (Bezel included), qty 2 (3900-FANASSY or equal) -Config Pro Express on Router Flash, qty 2 (ISR-CCP-EXP or equal) -1GB DRAM (512MB+512MB), qty 2 (MEM-3900-1GB-DEF or equal) -256MB Compact Flash, qty 2 (MEM-CF-256MB or equal) -Switch 24 Port Data IP Base, qty 2 (WS-C3750X-24T-S or equal) -350W AC Power Supply, qty 2 (C3KX-PWR-350WAC or equal) -50CM Stacking Cable, qty 2 (CAB-STACK-50CM or equal) -Stack Power Cable 30 CM, qty 2 (CAB-SPWR-30CM or equal) -AC Power Cord (North America), qty 2 (CAB-3KX-AC or equal) -IOS UNIVERSAL WITH WEB BASE DEV MGR, qty 2 (S375XVK9T-12255SE) -Switch 48 Port Data IP Base, qty 5 (WS-C3750X-48T-S or equal) -50CM Stacking Cable, qty 5 (CAB-STACK-50CM or equal) -Stack Power Cable 30 CM, qty 5 (CAB-SPWR-30CM or equal) -AC Power Cord (North America), qty 5 (CAB-3KX-AC or equal) -IOS UNIVERSAL WITH WEB BASE DEV MGR, qty 5 (S375XVK9T-12255SE or equal) -350W AC Power Supply, qty 5 (C3KX-PWR-350WAC or equal) -Maintenance/Support 24X7X4 Cisco 3945 w/SPE150, qty 2 (CON-SNTP-3945 or equal) -Maintenance/Support 24X7X4 Catalyst 3750X 24 Port Data IP Base, qty 2 (CON-SNTP-3750X2TS or equal) -Maintenance/Support 24X7X4 Catalyst 3750X 48 Port Data IP Base, qty 5 (CON-SNTP-3750X4TS or equal) Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 45 Days after Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is Maxwell AFB Gunter Annex Montgomery AL. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET), WED 10 APR 2013. Submit to: AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-4434 or by email to Andrey.Selyuzhitskiy@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications, (ii) verify authenticity of the products being offered and the sourcing method to be used, (iii) describe interoperability with an environment characterized by Cisco products and SmartNet maintenance, (iv) ensure configuration accuracy, and (v) ensure delivery without partial shipments. (b)(10) Submit past performance information for efforts completed within the previous 3 years for work that is similar in scope and magnitude to that described in this solicitation. Include brief contract/project descriptions, contract/project numbers, and current reference contact information (name, email, telephone). (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clause requires the contractor to provide Unique Identifiers (UIDs) for any item with a unit price greater than or equal to $5,000. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offerors must be registered in the SAM database prior to submitting an invoice. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Capability, and (iii) Past Performance. Technical capability and past performance, when combined, are approximately equal in importance to price. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; DFARS 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law - DoD Appropriation. For your convenience all referenced certifications are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside Alternate I 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.232-18, Notice of Availability of Funds 52.247-34, FOB Destination 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 252.232-7006 Wide Area Workflow Payment Instructions 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil).Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this contract action. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-NOS6/listing.html)
 
Record
SN03029898-W 20130407/130405234303-daf9168e21422c442714c9d4af5c85e5 (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.