Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
MODIFICATION

70 -- Cisco Catalyst network equipment

Notice Date
8/2/2006
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
Reference-Number-F2CFN66202A100
 
Response Due
8/4/2006
 
Archive Date
8/15/2006
 
Small Business Set-Aside
Total Women-owned Business
 
Description
PLEASE NOTE: AS SPECIFIED IN THE NOTICE POSTED ON 31 JULY 2006 THIS RFQ CLOSES AT 4:30 PM HAWAII STANDARD TIME ON FRIDAY 4 AUG 2006. NO RFQ'S WILL BE ACCEPTED AFTER THIS CLOSING DATE AND TIME. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart12.6, 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 combined synopsis solicitation will be issued as a request for quotation (RFQ) and the reference number is F2CFN66202A100. This RFQ and the provisions and clauses incorporated herein are those in effect through the most recently published Federal Acquisition Circular. This acquisition is set-aside 100% FOR WOMEN-OWNED SMALL BUSINESS HUBzone concerns. The applicable NAICS is 541519, and the small business size standard is $23M. This RFQ contains four contract line items (CLINs) in accordance with the following: CLIN 0001: Cisco catalyst 6500, 16-port, GIGE MOD, Quantity of two. CLIN 0002: Cisco catalyst 6500 catalyst supervisor 32 with 8 GE uplinks, Quantity of six. CLIN 0003: Cisco high speed fan tray spare for Catalyst 6506, quantity of three. CLIN 0004: ACP 1000BSX short wave GBIC, 100% Cisco compatible, Quantity of thirty-two. No additional descriptions are applicable. The Government requires delivery of all items and quantities specified herein NO LATER THAN 30 Aug 2006. Delivery location/Place of performance is Honolulu, Hawaii. Shipping shall be FOB DESTINATION. Specific shipping address information will be provided to the vendor who receives award. Acceptance will be performed by the Government. The following provisions and clauses apply to this acquisition: provision at 52.212-1, Instructions to Offerors ? Commercial. However, multiple offers will not be considered and only one award will be made. All offers must include a completed copy of their ORCA. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002), with Alt 1. All offers must include a completed copy of this provision. (See Attached). 52.219-6 -- Notice of Total Small Business Set-Aside., 252.204-7004 ? Required Central Contractor Registration; 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items -- The following additional clause(s) cited in this clause are also applicable, 252.225-7001 -- Buy American Act and Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7002 ? Qualifying Country Sources As Subcontractors; The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126).; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Use of Wide Area Workflow electronic invoicing is the preferred method of invoice submission and payment and vendors should register via https://rmb.ogden.disa.mil.The full text of clauses and provisions can be accessed at the following web address: http://farsite.hill.af.mil. All offers are due to the 15th Contracting Squadron no later than 4:30 pm Hawaii Standard Time on Friday August 4, 2006. Any offers received after this time will not be accepted or considered. Responses shall be sent via fax to Ms. Donna Conlon at (808) 449-7026, clearly marked with this RFQ reference number, F2CFN66202A100, or sent via email to Ms. Donna Conlon at donna.conlon@hickam.af.mil . For further information contact Ms. Donna Conlon, (808) 449-6860 extension 616 or donna.conlon@hickam.af.mil. Offeros are required to include in their companies quote the following information: Cage Code, DUNS Number, Tax ID Number (TIN), Prompt Payment Terms (if other than Net 30), Delivery terms and conditions.
 
Place of Performance
Address: Honolulu, Hawaii 96818
Zip Code: 96818
Country: UNITED STATES
 
Record
SN01104375-W 20060804/060802221203 (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  © 1994-2020, Loren Data Corp.