Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2014 FBO #4750
SOLICITATION NOTICE

70 -- Allied Telesis Brand Network Routers and Switches - Specifications

Notice Date
11/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5715Q80024
 
Archive Date
2/24/2016
 
Point of Contact
Darcy J. Hubbard, Phone: 6174943816
 
E-Mail Address
Darcy.Hubbard@dot.gov
(Darcy.Hubbard@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5715Q80024 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-77, effective November 13, 2014. The NAICS Code is 423430; the Small Business size standard is 100 Employees. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement to purchase Allied Telesis switches and routers in support of the installation of high-intensity computation and data processing servers at the Volpe Center and 38 Federal Aviation Administration (FAA) Terminal Radar Approach Control Facilities (TRACONs) throughout the National Airspace System (NAS). The Allied Telesis switches and routers have been proven through repeated testing against HP and Dell products to have greater flexibility, size, and speed than competing products available through HP and Dell, and, in addition, these units can be integrated into the current NAS configuration without making a design change. PRICING The Offeror shall provide pricing in accordance with the attached specifications. The Offeror shall provide a firm fixed price quotation for each CLIN listed below in accordance with the Instructions to Offerors: CLIN 0100 - Allied Telesis 28port 10/100/1000Base-T plus 4 active SFP slots Quantity = 7 EA $ _____________________ CLIN 0200 - AT-9000/28-10 Net.Cover Advanced Support Three Year Quantity = 7 EA $_____________________ CLIN 0300 - Allied Telesis Secure VPN Router, 6 x 10/100/1000 LAN / WAN including 2 x SFP Combo ports, 1x Async, 2x PIC slot Quantity = 16 EA $_____________________ CLIN 0400 - AT-AR770S-00 Net.Cover Advanced Support Three Year Quantity = 16 EA $_____________________ TOTAL for CLINs 0100, 0200 0300 and 0400: $_____________________ The Government intends to award one (1) purchase order on a Firm Fixed Price basis as a result of this solicitation. INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.Sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.225-13, 52.232-33 and 52.232-40. These references may be viewed at www.acquisition.gov/far. The signed offer must be submitted electronically via e-mail to Darcy.Hubbard@dot.gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Darcy Hubbard, RVP-32, 55 Broadway, Cambridge, MA 02142. The time for receipt of offers is 10:00 AM Eastern Time on 11/28/2014. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c4d4f89865448d9463b5935256b57af0)
 
Record
SN03580854-W 20141126/141124234635-c4d4f89865448d9463b5935256b57af0 (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.