Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

70 -- CISCO EQUIPMENT

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-04-T-0042
 
Response Due
8/2/2004
 
Archive Date
8/17/2004
 
Point of Contact
Gregory Moore, Contract Specialist, Phone 719-333-2264, Fax 719-333-9103, - Russell Jordan, Contracting Officer, Phone (719) 333-6224, Fax (719) 333-9103,
 
E-Mail Address
gregory.moore@usafa.af.mil, russ.jordan@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services 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 solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-04-T-0042, in accordance with FAR Parts 12, 14, and 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24, 19 July 2004. The North American Industrial Classification System (NAICS) number is 423430 and the business size standard is 500 Employees. The proposed contract is 100% set aside for small business concerns. **LINE ITEM 0001: BRAND NAME ONLY - ( 2 each) Cisco P/N: WS-C6506 Cat 6506 Chassis, 6 Slot, 12RU, No Power Supply, No Fan Tray. **LINE ITEM 0002: BRAND NAME ONLY - ( 2 each) Cisco P/N: S222ALK9-12217SXB, Cisco CAT6000-SUP/MSFC2 IOS ENT W/IPV6/SSH/3DES LAN ONLY. **LINE ITEM 0003: BRAND NAME ONLY - ( 2 each) Cisco P/N: WS-X6K-S2U-MSFC2, Cat6K Sip2 with 256MB DRAM on Sup2 and MSFC2. **LINE ITEM 0004: BRAND NAME ONLY - ( 2 each) Cisco P/N: MEM-C6K-ATA-1-65M, Cat6500 Sup2, ATA Type1 Flash Mem Card, 64MB Option. **LINE ITEM 0005: BRAND NAME ONLY - ( 6 each) Cisco P/N: WS-X6148-RJ-45, Catalyst 6500 48-Port 10/100 Upgradeable to Voice. **LINE ITEM 0006: BRAND NAME ONLY - (2 each) Cisco P/N: WS-C6K-6, SLOT-FAN. Catalyst 6000 Fan Tray for 6 Slot Systems. **LINE ITEM 0007: BRAND NAME ONLY - (2 each) Cisco P/N: WS-CAC-2500W, Catalyst 6000 2500W AC Power Supply. **LINE ITEM 0008: BRAND NAME ONLY - (2 each) Cisco P/N: CON-OS-WS-C6506, 8x5xNBD OS Service, Catalyst 6506 1 Year. **LINE ITEM 0009: BRAND NAME ONLY - (4 each) Cisco P/N: AIR-BR1410A-4-K9, Aironet 1410 Wireless Bridge with 22.5 dBi Antenna FCC Config. **LINE ITEM 0010: BRAND NAME ONLY - (4 each) Cisco P/N: CON-OS-BR14110, 8x5xNBD Smartnet BR1410 Bridge, 1 Year. **LINE ITEM 0011: BRAND NAME ONLY - (4 each) Cisco P/N: PWR-INJ3A Wireless AP power injector. **LINE ITEM 0012: (8 each) 100 Mbps TX to FX converter, fiber, patch cords. OTHER SPECIFICATIONS Shipping containers shall be marked to indicate the purchase order number, quantity, nomenclature and name of contractor Delivery requirement: The FOB for this RFQ is Destination to ZIP Code 80840. Proposals received with other than FOB Destination pricing may not be considered. The requested delivery is NLT 25 August 2004. The following Federal Acquisition Regulations (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein: FAR 52.212-1, Instructions to Offerors-Commercial Items, no addenda applies: The provisions at 52.212-2-, Evaluation?Commercial Items applies to this acquisition. The Government will award a contract in the aggregate resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical capability and acceptability of the item and 2. Price. Technical capability will be evaluated to ensure item meets the government?s end use requirements. Price and technical capability are of equal importance. This will be determined by comparing differences in each offeror?s technical capability and experience with differences in price to the government. In making this comparison, the government is just as concerned with ensuring technical capability as it is with making an award at the lowest overall price to the government. Since technical capability is approximately equal to price, the government reserves the right to select a contract at other than the lowest price. Quotes that are unrealistic in terms of price may be rejected. Price will be evaluated to determine its fairness and reasonableness as it relates to the item offered. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The provision is included as an attachment to this solicitation. The following clauses apply to this acquisition. The clause 52.212-4, Contract Terms and Conditions ? Commercial Items with the following addenda applies to this solicitation 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 11, 12, 13, 14, 15, 16, 21, 23, and 24. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001. The following addenda apply to this acquisition: 252.204-7004(Alt A), Required Central Contractor Registration (Nov 2001) and 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999). Quotes must be received NLT 4:00 PM (Mountain Time Zone), August 2, 2004 at the following address: Greg D. Moore, C/O 10th MSG/LGCB, Contracting Flight/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Greg D. Moore, 719-333-9103 or emailed to gregory.moore@usafa.af.mil.
 
Place of Performance
Address: USAF ACADEMY, COLORADO
Zip Code: 80840
 
Record
SN00629551-W 20040725/040723212322 (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.