Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2014 FBO #4641
SPECIAL NOTICE

D -- Notice to Brand Name Only

Notice Date
8/7/2014
 
Notice Type
Special Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-14-T-0054
 
Archive Date
8/28/2014
 
Point of Contact
Carmen McClanathan, Phone: 7193330809, Russell W. Jordan, Phone: 7193333961
 
E-Mail Address
carmen.mcclanathan@us.af.mil, russell.jordan@us.af.mil
(carmen.mcclanathan@us.af.mil, russell.jordan@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a special notice for a brand name only requirement. 10 CONS/LGCB at the United States Air Force Academy received and approved a Sole Source justification for the purchase of Aruba Hardware/Software Maintenance Support. The North American Industry Classification System Code (NAICS) is 334210 and the business size standard is 1,000 Employees. Aruba Wireless is the only brand name and no other item will satisfy the USAFA requirement for the following reasons: (A) The wireless network is vital to the successful operation and support of USAFA's academic mission. Since initial installation, our current wireless infrastructure consists of Aruba controllers and associated equipment. This request is to procure maintenance support for USAFA's Aruba wireless proprietary equipment. Aruba and their respective resellers are the only authorized vendors that can provide maintenance support for their equipment. Aruba is the only wireless solution accredited by the AF. To deploy another wireless solution would require an expensive and time consuming certification and accreditation process. (B) The wireless network on USAFA is rapidly expanding and our Aruba infrastructure has proven to be very reliable and easy to manage from an administrator standpoint. It is very important we stay consistent with this network equipment as it pertains to performance, troubleshooting and training of 10 CS personnel. The Aruba equipment is proprietary. If we attempt to use different products or maintenance services on our wireless network we will have compatibility issues. This in-turn will cost the government more time and funds to troubleshoot and repair the network as well as degrade the mission of USAFA. The requirement is for the following: BASE CLIN 0001, Aruba Maintenance from 30 September 2014 through 29 September 2015 to Include: QTY: 1 SN1-2400-48-US NEXT-DAY SUPPORT FOR 2400-48-US (1 YEAR) QTY: 1 SN1-LIC-2400-PEF SUPPORT FOR LIC-2400-PEF (1 YEAR) QTY: 1 SN1-LIC-PEF-1024 SUPPORT FOR LIC-PEF-1024 (1 YEAR) QTY: 1 SN1-3400-USF1 NEXT-DAY SUPPORT FOR 3400-USF1 (1 YEAR) QTY: 3 SN1-M3mk1-S-F1 NEXT-DAY SUPPORT FOR M3mk1-S-F1 (1 YEAR) QTY: 6 SN1-HW-PSU-400 NEXT-DAY SUPPORT FOR HWPSU- 400 (1 YEAR) QTY: 3 SN1-LIC-256-AP SUPPORT FOR LIC-256-AP (1 YEAR) QTY: 3 SN1-LIC-128-AP SUPPORT FOR LIC-128-AP (1 YEAR) QTY: 3 SN1-LIC-PEF-8192 SUPPORT FOR LIC-PEF-8192 (1 YEAR) QTY: 3 SN1-LIC-WIP-256 SUPPORT FOR LIC-WIP-256 (1 YEAR) QTY: 3 SN1-LIC-WIP-128 SUPPORT FOR LIC-WIP-128 (1 YEAR) QTY: 2 SN1-6KBASE2PSU200F NEXT-DAY SUPT-6K-BASE- 2PSU-200-FIPS-1YR QTY: 1 SA1-LIC-CP-OB-5K SUPPORT FOR LIC-CP-OB-5K (1 YEAR) QTY: 4 SA1-CP-HW-5K SUPPORT FOR CP-HW-5K (1 YEAR) QTY: 1 SN1-S3500-24P-US NEXT-DAY SUPPORT FOR S3500-24P-US (1 YR) QTY: 24 SN1-S3500-24P-US NEXT-DAY SUPPORT FOR S3500-24P-US (1 YR) QTY: 4 SN1-S3500-24P-US NEXT-DAY SUPPORT FOR S3500-24P-US (1 YR) QTY: 2 SN1-S3500-24P-US NEXT-DAY SUPPORT FOR S3500-24P-US (1 YR) QTY: 1 SA1-LIC-CP-GM-5K NBD SUPPORT FOR LIC-CPGM- 5K (1 YEAR) OPTION CLIN 0002, Aruba Maintenance 30 September 2015 through 29 September 2016 to Include: QTY: 1 SN1-2400-48-US NEXT-DAY SUPPORT FOR 2400-48-US (1 YEAR) QTY: 1 SN1-LIC-2400-PEF SUPPORT FOR LIC-2400-PEF (1 YEAR) QTY: 1 SN1-LIC-PEF-1024 SUPPORT FOR LIC-PEF-1024 (1 YEAR) QTY: 1 SN1-3400-USF1 NEXT-DAY SUPPORT FOR 3400-USF1 (1 YEAR) QTY: 3 SN1-M3mk1-S-F1 NEXT-DAY SUPPORT FOR M3mk1-S-F1 (1 YEAR) QTY: 6 SN1-HW-PSU-400 NEXT-DAY SUPPORT FOR HWPSU- 400 (1 YEAR) QTY: 3 SN1-LIC-256-AP SUPPORT FOR LIC-256-AP (1 YEAR) QTY: 3 SN1-LIC-128-AP SUPPORT FOR LIC-128-AP (1 YEAR) QTY: 3 SN1-LIC-PEF-8192 SUPPORT FOR LIC-PEF-8192 (1 YEAR) QTY: 3 SN1-LIC-WIP-256 SUPPORT FOR LIC-WIP-256 (1 YEAR) QTY: 3 SN1-LIC-WIP-128 SUPPORT FOR LIC-WIP-128 (1 YEAR) QTY: 2 SN1-6KBASE2PSU200F NEXT-DAY SUPT-6K-BASE- 2PSU-200-FIPS-1YR QTY: 1 SA1-LIC-CP-OB-5K SUPPORT FOR LIC-CP-OB-5K (1 YEAR) QTY: 4 SA1-CP-HW-5K SUPPORT FOR CP-HW-5K (1 YEAR) QTY: 1 SN1-S3500-24P-US NEXT-DAY SUPPORT FOR S3500-24P-US (1 YR) QTY: 24 SN1-S3500-24P-US NEXT-DAY SUPPORT FOR S3500-24P-US (1 YR) QTY: 4 SN1-S3500-24P-US NEXT-DAY SUPPORT FOR S3500-24P-US (1 YR) QTY: 2 SN1-S3500-24P-US NEXT-DAY SUPPORT FOR S3500-24P-US (1 YR) QTY: 1 SA1-LIC-CP-GM-5K NBD SUPPORT FOR LIC-CPGM- 5K (1 YEAR) This notice is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. Any offerors believing they can provide the requirement may provide evidence for consideration. Evidence must support the offeror's claim they can provide this brand name. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received NLT 12:00 pm Mountain Standard Time (MST) on 13 August 2014. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. The Government intends to award a Firm Fixed Price contract processed IAW FAR 12 and 13. Questions should be addressed to the Primary POC Carmen McClanathan, Contract Specialist, (719) 333-0809 or sent via e-mail to carmen.mcclanathan@usafa.af.mil Alternate POC is Russell Jordan, Contracting Officer, (719) 333-8267, russell.jordan@usafa.af.mil. 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-14-T-0054/listing.html)
 
Place of Performance
Address: USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN03455732-W 20140809/140807235604-61786baf775837922ae9b30bd4552b75 (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.