Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2002 FBO #0129
SOLICITATION NOTICE

70 -- Brand Name Mandatory solicitation of Enterasys Networks components

Notice Date
4/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-02-R-3212
 
Response Due
4/12/2002
 
Archive Date
4/27/2002
 
Point of Contact
Patti Ashley, Contract Specialist, Phone 301-995-8925, Fax 301-995-8670, - Patti Ashley, Contract Specialist, Phone 301-995-8925, Fax 301-995-8670,
 
E-Mail Address
ashleypc@navair.navy.mil, ashleypc@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), 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. Solicitation Number N00421-01-R-3212 is issued as a request for quotation (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-17 and Defense Federal Acquisition Regulations Supplement Change Notice 20000522. The Government intends to purchase on a firm fixed-price basis and to solicit quotes and award the proposed purchase order for Enterasys Networks components on a Brand Name Mandatory Basis. The award will be based on Price Alone. The only manufacturer capable, under the authority of FAR Part 6.302-1, of providing the required parts is Enterasys Networks, 50 Minuteman Drive, Andover, MA 01810. Enterasys Networks is the only manufacturer of the required components. The Enterasys Networks components have proven maintainable and compatible with all existing Engineering LAN equipment. Procurement of the Enterasys Networks components will guarantee compatibility with existing equipment thereby enhancing productivity and connectivity of all network assets. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES FOR OTHER THAN ENTERASYS NETWORKS BRAND NAME ITEMS. However, the Government will accept quotes from vendors that can provide the requisite Enterasys Networks components part numbers. The contract line item numbers and description are: ** CLIN 0001 ? Enterasys Part Number: 6C017, 7 slot Matrix e7 Chassis (QTY of 3). ** CLIN 0002 ? Enterasys Part Number: 6C207-1, Power Supply Module for the 6C107 (QTY of 6). ** CLIN 0003 ? Enterasys Part Number: 6G306-06, 6 Port Gigabit Ethernet Switching Module (QTY of 3). ** CLIN 0004 ? Enterasys Part Number: 6H302-48, 48 Port 10/100 TX Module (QTY of 5). ** CLIN 0005 ? Enterasys Part Number: 6H352-25, 24 RJ45 10/100 Switch w/VHSIM (QTY of 1). ** CLIN 0006 ? Enterasys Part Number: FE-100FX, Port Interface Module (QTY of 5). ** CLIN 0007 ? Enterasys Part Number: GPIM-01, Gigabit Ethernet Port Interface Module (GPIM), 1000BaseSX (QTY of 3). ** CLIN 0008 ? Enterasys Part Number: GPIM-09, MMF/SMF GPIM (QTY of 20). ** CLIN 0009 ? Enterasys Part Number: 9380408, SC to SC Mode Conditioning Cable, 62.5 Micron, 3 Meter (QTY of 20). ** CLIN 0010 ? Enterasys Part Number: HSIM-FE6, High Speed Interface Module w/two FEPIM slots (QTY of 3). ** CLIN 0011 ? Enterasys Part Number: VH-2402-L3, 24 Port 10/100 L2/3 stand alone switch w/1 dual port uplink module (QTY of 3). ** CLIN 0012 ? Enterasys Part Number: VHIM-2GSX-L3, 2 port 1000BaseSXL3 uplink module for VH-2402-L3 SC Connector (QTY of 3). ** CLIN 0013 ? Enterasys Part Number: VHSIM-G6, 2 Port Gigabit Ethernet VHSIM-G6 (QTY of 4). The quote along with completed representations and certifications is due by 4:30 p.m. 12 April 2002. Award is expected 17 April 2002 with a required delivery date of 15 May 2002. Delivery will be FOB Destination to Receiving Officer, NAWCAD, Bldg. 8115, Villa Road, St. Inigoes, MD 20684-0010: M/F: TBD. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS (NOV 1999) is incorporated by reference and applies to this acquisition. The provision at FAR 2.212-2 EVALUATION ? COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will evaluate quotations for fairness and reasonableness in accordance with simplified procedures as defined in FAR Part 13 prior to making award. The offeror shall provide back-up information that verifies the price offered. This could consist of a copy of the current catalog or price list: invoices from previous sales of the identical item(s): etc. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I ? COMMERCIAL (FEB 2000) with its quotation. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (MAY 1999) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (OCT 19980 (a) The contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will upgraded to be Year 2000 compliant prior to the earlier of: (i) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 31, 1999; and (3) describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) ?Year 2000 compliant? means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and lap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS ? ALTERNATE I (FEB 2000) applies to this acquisition. (a) The contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.225-13, Restrictions on Certain Foreign Purchases (E.O. ?s 12722, 12724, 13059, and 13067). (3) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The contractor agrees to comply with the FAR clauses in this paragraph (b) which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (2) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999), (3) 52.222-26, Equal Opportunity (E.O. 11246). (4) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (6) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (7)(i) 52.225-3, Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act ? Balance of Payments Program (41 U.S.C. 10a ? 10d), 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). (ii) Alternate I of 52.225-3. (8) 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (31 U.S.C. 3332). (c) The contractor agrees to comply with the FAR clause in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NOT APPLICABLE. (d) Notwithstanding the requirements of the clauses in paragraphs (a), (b), or (c) of this clause, the contractor is not required to include any FAR clause, other than those listed below (and as may be required by addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components ? (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52-222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). (End of clause). DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2000) is incorporated by reference. The contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 252.225-7002, Qualifying Country Sources as Subcontractors, (2) 252.225-7035, Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program Certificate (ALT I), (3) 252.225-7036, North American Free Trade Agreement Implementation Act (ALT I). (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial items clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, preference for Domestic Specialty metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor registration (MAR 2000) applies to this solicitation. All, responsible interested parties may submit a proposal in which they identify their interest and capability. Quote is due to Patti Ashley, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit11, Villa Rd., St. Inigoes, MD 20684-0010 by 4:30 p.m. Eastern Standard Time, 12 April 2002. All proposals received by 4:30 p.m. Eastern Standard Time, 12 April 2002 will be considered by the Government. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Patti Ashley, Code 251233, Telephone: 301-995-8925 or via email. If an offeror is not able to contact the Contracting Officer via email, please fax correspondence/requests to the point of contract above @ facsimile (301-995-8670). **END SYNOPSIS/SOLICITATION #N00421-02-R-3212**
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division,, Bldg. 8225, Villa Road, St. Inigoes, MD
Zip Code: 20684-0010
Country: USA
 
Record
SN00055167-W 20020410/020408213334 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.