Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2014 FBO #4688
MODIFICATION

70 -- Network Switches

Notice Date
9/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
139 AW/180 AS/MSC, Rosecrans Memorial Airport, 705 Memorial Drive, St. Joseph, MO 64503-9307
 
ZIP Code
64503-9307
 
Solicitation Number
W912NS-14-Q-3010
 
Response Due
9/30/2014
 
Archive Date
11/22/2014
 
Point of Contact
Adam Danner, 8162363256
 
E-Mail Address
139 AW/180 AS/MSC
(adam.danner@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation, W912NS-14-Q-3010, 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 2005-76 effective 25 Aug 2014). This procurement is 100% small business set-aside in accordance with FAR 19.502 - 2 (a). The NAICS code is 334111 and the small business size standard is 1000 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management. (Reference: DFARS 252.204-7004, Alt A Required System for Award Management registration).The following commercial items are requested in this solicitation. The items being procured are: 0001 Nortel Ethernet Routing; Switch 56-98-TFD PWR or an equal to item. Equal to item shall be from a product line on the joint interoperability test command approved product list, 96 port Ethernet switch with power over Ethernet, 10G uplinks capabilities, and 1G fiber ports. Quantity: 4 Each. 0002 Nortel Avaya Ethernet Routing Switch 5632FD, 24 Port, SFP 8 XFP 300 W or an equal to item. Equal to item shall be from a product line on the joint interoperability test command approved product list, 2 fiber optic Ethernet switch with 10G (at least 8 ports) and 24 (1G) fiber optic ports. Quantity: 2 Each. Evaluation Factor: Price Delivery Shall be 30 days after date of contract. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. Offerors shall submit their quote on letterhead stationery, provide material and labor prices (if any) with a grand total. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Additionally the following clauses and provisions apply to this acquisition: 52.204-7 System for Award Management Registration 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 4, 8, 10, 14, 25, 28, 31, 33, 42, 52 52.222-50 Combating Trafficking in Persons 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes-Fixed Price 52.252-2 Clauses Incorporated by Reference Applicable DFARS clauses included: 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officals 252-203-7005 Representation relating to compensation of Former DoD Officals 252.204-7004 Alt A System for Award Management Registration (52.204-7) Alternate A 252.204-7011 Alternate Line item Structure 252.209-7993 Representation by Corporations Regarding an Unpaide Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Approprations. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-70010 Levies on Contract Payments 252,237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252-247-7023 Alt III Transportation of Supplies by Sea 252.243-7001 Pricing of Contract Modifications Question 1.0) Please confirm that products must be sourced from an OEM (Avaya) authorized vendors and that no refurbished or gray market products will be accepted. Answer 1.0) Equipment Condition: New equipment ONLY; NO remanufactured or quote mark gray market quote mark items. All items shall be covered by the manufacturer's warranty. Question 2.0) Would you consider requiring OEM (Avaya) certification as proof of supplier as business partner to guarantee that all products carry full OEM warranty and supply chain authentication? Answer 2.0) Please provide your certification as part of your quote. Question 3.0) Are they core edge switches? Answer 3.0) The 5698 would be considered an edge switch because users would connect directly to it. The 5632 would be considered a distro switch because it only contains fibers. However by JITC standards it is only certified as an edge switch. Question 4.0) Are you looking for a cloud base environment? Answer 4.0) No The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 10:00 AM (CT), 30 September 2014, 139th AW MSG/MSC, Rosecrans MAP, 705 Memorial Dr, St. Joseph, MO 64503-9307. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of SSgt Adam Danner at (816) 236-3313. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to SSgt Adam Danner, Contracting Specialist, at (816) 236-3256, adam.danner@ang.af.mil or Ms. Patricia Tanner, Contracting Officer, at (816) 236-3379, patricia.tanner@ang.af.mil. Please include this solicitation number in all emails.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23-1/W912NS-14-Q-3010/listing.html)
 
Place of Performance
Address: 139 AW/180 AS/MSC Rosecrans Memorial Airport, 705 Memorial Drive St. Joseph MO
Zip Code: 64503-9307
 
Record
SN03523673-W 20140925/140923234959-5b1b0db95189e7cd98611f97e2518b9f (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.