SOLICITATION NOTICE
58 -- F5 Load Balancer - Brand Name
- Notice Date
- 8/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- F1A3E54107C01
- Archive Date
- 9/23/2014
- Point of Contact
- Deborah Grant, Phone: 2406126206, Ramona L. Hanson, Phone: 2406126192
- E-Mail Address
-
deborah.grant1.civ@mail.mil, ramona.l.hanson2.civ@mail.mil
(deborah.grant1.civ@mail.mil, ramona.l.hanson2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Request 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 (formal) solicitation will not be issued. This Solicitation Reference No. F1A3E54107AC01 is issued as a Request for Quote unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1000 employees. This requirement is set-aside for small business - Brand Name ONLY. This requirement is for the acquisition of equipment required to provide load balancing on two 10 Gigabit Ethernet links between the Non-Secure Internet Protocol Router (NIPR) and Secure Internet Protocol Rounter (SIPR) CISCO Unified Computing System (UCS) platforms located on Joint Base Andrews, Maryland, and Joint Base Anacostia-Bolling, District of Columbia, (DC) which are used to facilitate data replication and network survivability. The contractor shall provide the following equipment, licenses and warranties. Line# MFR Part # Description Quantity CLIN 0001 - F5-BIG-LTM-10200V-F F5 Networks, Inc. BIG-IP Switch: Local Traffic Manager 10200v FIPS (48G, Max SSL & COMP) F5 Networks, Inc. - F5-BIG-LTM-10200V-F - QTY 4 CLIN 0002 - F5-SVC-BIG-PRE-H W65 F5 Networks, Inc. BIG-IP Service: Premium CAT HW65 - QTY 4 CLIN 0003 - F5-SVC-RMA-OPT F5 Networks, Inc. Service: RMA Removable HD / MEM (Per Unit) - QTY 4 DELIVERY INFORMATION: FOB: Destination Delivery Address: 844th Communication Group (CG) Joint Base Andrews, MD 20762 FAR PROVISIONS: 52.212-1 - Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: The contractor shall submit their quote on company letterhead to including solicitation number; contact name; address; telephone number of the offeror; unit price; extended price; any discount terms; cage code, DUNS number; tax identification number (TIN);and size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. Non-conformance with this requirement may result in an offeror's quote being determined unacceptable. 52.252-1 - Solicitation Provisions Incorporated by Reference; 52.252-5 - Authorized Deviations in Provisions 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. FAR CLAUSES: 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and the applicable Addenda to FAR Clause 212-4 are as follows: 52.204-7, 52.209-10, 52.223-18, 239-1, 52.247-34, 52.211-6, 52.219-1 ALT I, 52.252-2: http://farsite.hill.af.mil//, 52.252-6; DFARS (Chapter 2), 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 ALT A, 252.212-7001 (deviation 2009-00005), 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.232-7010, 252.239-7000, 252.239-7001,, 252.243-7001, 5352.201-9101(c) Col Edward D. Keller, AFDW/PK, 1500 West Perimeter Drive, Bldg. 1500, Suite 5750, Joint Base Andrews 20762, telephone no. 240-612-6111. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additionally, the following clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-21, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.233-3, and 52.233-4. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) database. A contractor can contact SAM by calling 1-866-227-2423 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil. Quotations shall be received no later than 3:00 pm Eastern Standard Time, 08 Sep 2014. The Government prefers all offers are e-mailed to the point-of-contact below with the Solicitation Reference No. F1A3E54107AC01 contractors name listed in the subject block. The Government Primary point-of-contact is DEBORAH GRANT and she may be reached at deborah.grant1.civ@mail.mil. The Government Secondary point-of-contact is RAMONA L. HANSON and she may be reached at ramona.l.hanson2.civ@mail.mil. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers. All questions regarding this solicitation shall be sent via e-mails above. Oral questions will not be considered. Questions will no longer be accepted after 28 Aug 2014 at 12:00 pm Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1A3E54107C01/listing.html)
- Place of Performance
- Address: 844TH COMMUNICATIONS GROUP, JOINT BASE ANDREWS, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN03475394-W 20140823/140822000254-3fb8c0ec932b5f2a14bc01e9d2e7ea85 (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 |