Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
MODIFICATION

70 -- Critical Network Infrastructure Phase 1

Notice Date
7/24/2006
 
Notice Type
Modification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606
 
ZIP Code
87117-5606
 
Solicitation Number
Reference-Number-F2K3AP6157A300
 
Response Due
8/2/2006
 
Description
AMENDMENT 01 - change part numbers for CLINs 0007 and 0008 as follows; CLIN 0007 - GE SFP, LC Connector LX/LH Transceiver, Part Number GLC-LH-SM= or EQUIVALENT CLIN 0008 - GE SFP, LC Connector SX Transceiver, Part Number GLC-SX-MM= or EQUIVALENT and to extend the response date to August 2, 2006, 3:00pm MDT. ------------------------------------------------------------------ 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; proposals are being requested and a written solicitation will not be issued. Solicitation/Purchase Request number F2K3AP6157A300 is issued as a Request for Quote (RFQ). This is a BRAND NAME OR EQUAL SOLICITATION. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-06, Effective 31 Oct 2005 and Current to DCN 20051220 Edition. THIS IS A CASCADING SET ASIDE. Quotes will be accepted by 8(a) Small Businesses, HUBZone Small Businesses, Service Disabled Veteran Owned Small Businesses, Small Businesses, and Other Than Small (Large) Businesses. Quotes will be evaluated using a tiered cascading approach: when quotes are received, they will be opened for identification purposes only. The Government will evaluate only those quotes in the first tier (8(a) Small Businesses) and exhaust all negotiation efforts before pursuing evaluation and negotiation at the next tier (HUBZone Small Businesses). This will continue through the third tier (Service Disabled Veteran Owned Small Businesses), and fourth tier (Small Businesses) before considering quotes from the fifth and final tier (Other than Small (Large) Businesses). The Government intends to award eight (8) contract line item numbers (CLINs): CLIN 0001 - Catalyst 3560 48 10/100/1000T PoE +4 SFP Standard Image-1, Part Number: WS-C3560G-48PS-S with AC Power Cord, 15AWG-2 Part Number CAB-16AWG-AC or EQUIVALENT. QUANTITY = 20 Each; CLIN 0002 ? Catalyst 3560 48 10/100/1000T PoE + 4 SFP Enhanced Image-1, Part Number: WS-C3560G-48PS-E with AC Power Cord, 16AWG-4, Part Number: CAB-16AWG-AC or EQUIVALENT. QUANTITY = 4 Each; CLIN 0003 ? Catalyst 3560 24 10/100/1000T PoE + 4 SFP Standard Image-5, Part Number: WS-C3560G-24PS-S with AC Power Cord, 16AWG-6, Part Number: CAB-16AWG-AC or EQUIVALENT. QUANTITY = 4 Each; CLIN 0004 ? Catalyst 3750 24 100BasedFX + 2 SFP Standard Multilayer Image-7, Part Number: WS-C3750-24FS-S with Power Cord, 110V-8, Part Number: CAB-AC and Stackwise 50CM Stacking Cable-9, Part Number: CAB-STACK-50CM or EQUIVALENT. QUANTITY = 1 Each; CLIN 0005 ? Catalyst 3750 12 10/100/1000T SFP Standard Multilayer Image-10, Part Number: WS-C3750G-12S with Power Corde, 110V-11, Part Number CAB-AC and Stackwise 50CM Stacking Cable-12, Part Number: CAB-STACK-50CM or EQUIVALENT. QUANTITY = 1 Each; CLIN 0006 ? GE SFP, LC Connector SX Transceiver-13, Part Number GLC-SX-MM= or EQUIVALENT. QUANTITY = 20 Each; CLIN 0007 ? GE SFP, LC Connector LX/LH Transceiver-14, Part Number: GLC-LH-MM= or EQUIVALENT; QUANTITY = 20 Each; CLIN 0008 ? 100BASE-T SFP-15, Part Number GLC-1= or EQUIVALENT; QUANTITY = 3 Each; DESIRED DELIVERY DATE: 30 days After Delivery of Contract (ADC) FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; Offeror?s are advised that technical literature must be submitted for 'equal' products offered for the Government to perform a technical evaluation. No further request will be made to obtain required literature and failure to submit may result in your offer being eliminated from award consideration. FAR 52.212-1, Instructions to Offerors-Commercial Items; Addenda to FAR 52.212-1 In accordance with FAR 13.106-1(a)(2) offerors are notified that Award will be made relative to best overall value. Best value includes past performance, technical acceptability and price. Offers must meet all minimum specifications but offers which exceed minimums may be rated more favorably. The Government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical acceptability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. Offeror will be evaluated in accordance with FAR 13.106-2; FAR 52-212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33; FAR 52.252-1, Solicitation Provisions Incorporated by Reference - may be accessed in full text at http://farsite.hill.af.mil/; FAR 52.252-2, Clauses Incorporated by Reference - may be accessed in full text at http://farsite.hill.af.mil/; DFAR 252.204-7004 ? Central Contractor Registration DFAR 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply: 252.225-7001, 252.232-7003, and 252.247-7023 with its? alternate III;] DFAR 252.225-7000, Buy American-Balance of Payments Program Certificates DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. The following provisions/clauses will apply only to 8(a) Small Business Set Asides: 52.219-1, Small Business Program Representations (all small business offerors shall include a completed copy of this provision with their proposal) 52.219-6, Notice of Total Small Business Set Aside and its? Alternate II 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting The following provisions/clauses will apply only to HUBZone Small Business Set Asides: 52.219-1, Small Business Program Representations (all small business offerors shall include a completed copy of this provision with their proposal)
 
Place of Performance
Address: 2000 WYOMING BLVD., SE, KIRTLAND, AFB,
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01096303-W 20060726/060724220628 (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.