Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

70 -- COMM UPGRADE 1050

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XTB96243AR00Bldg1050
 
Response Due
9/21/2006
 
Archive Date
10/6/2006
 
Small Business Set-Aside
Total Small Business
 
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; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F2XTB96243AR00 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 (19 Apr 2006) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20060412. It is the offerors responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of the following items: The type of contract is fixed price. This requirement is being advertised as a small business set aside. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. Offerors? pricing must be valid through 30 September 2006. The 42nd Contracting Squadron at Maxwell AFB, AL requests proposals to provide all labor, materials and transportation necessary to upgrade the existing communication equipment in building 1050 to current standards. A listing of proposed materials is provided below. Materials must be equal to the following: CLIN 0001 Cisco Catalyst 4500 Chassis (6 slot) fan, no p/s, P/N WS-C4506, 1 EACH; CLIN 0002 Cisco Catalyst 4500 Supervisor IV (2GE) Console (RJ-45), P/N WS-X4515, 1 EACH; CLIN 0003 Cisco Catalyst 4500 48 Port 10/100/1000 Module (RJ-45), P/N WS-X4448-GB-RJ45, 4 EACH; CLIN 0004 Cisco Power Supply, P/N PWR-C45-1300ACV, 1 EACH; CLIN 0005 Cisco Power Supply, P/N PWR-C45-1300ACV/2,1 EACH; CLIN 0006 Cisco SMARTnet 8x5xNDB for Cisco 4500, P/N CON-SNT-4500, 3 EACH; CLIN 0007 Cisco SX Short Haul 1000meg GBIC, P/N WS-G5484, 1 EACH; CLIN 0008 Cisco LX Long Haul 1000meg GBIC, P/N WS-G5486, 1 EACH; CLIN 0009 APC Smart-UPS 2200VA RM 3U 120V, P/N SUA2200RMXL3U, 1 EACH; CLIN 0010 Leviton 48PT Cat6 Snap in Patch Panel (Black), P/N 49255-H48, 4 EACH; CLIN 0011 Leviton Extreme Cat6 Modular Jack (Yellow), P/N 61109-RY6, 328 EACH; CLIN 0012 Systimax Cat-6 Jumper Cable 3ft (Blue), P/N CPC3312-02F03, 192 EACH; CLIN 0013 Belkin Double sided 2U Horizontal Cable Manager, P/N RK5013, 1 EACH; CLIN 0014 Belkin Double sided 7' Vertical Cable Manager, P/N RK5015, 2 EACH; CLIN 0015 Leviton Opt-Xtm 250 Rack-Mount Panel 1RU, P/N 5R1UE-A03, 1 EACH; CLIN 0016 Leviton Loaded Duplex SM/MM SC Adapter Plate, 6-Pack, P/N 5F100-6BC, 1 EACH; CLIN 0017 Panduit Vecro cable ties 8" 10/pk, P/N 167686, 4 EACH; CLIN 0018 Avaya Cable tie 8" 40lb 2" Bindle Diameter Natural 1000/pk, P/N BT2I-M, 3 EACH; CLIN 0019 Bertek Cat-6 1000' Box Plenum (yellow) 144 runs @150ft/run, P/N 10032090, 22 EACH; CLIN 0020 BertekInstallation of Cat-6 cable 136 drops, 1 EACH; CLIN 0021 Bertek Removal of old cabling, 1 EACH. The North American Industrial Classification System Code is 541519 with a small business size standard of $23,000,000.00. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2005) and 52.215-5, Facsimile Proposals (Jun 2006) applies to this acquisition. Submit signed and dated quotes on company letterhead. The Government will make an award to the lowest priced, responsible contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov and provide a completed DFARS 252.225-7001, Buy American Act-Balance of Payment Program Certificate (Jun 2005) with the quote. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2006). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Feb 2006); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); and 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004);. The following DFARS clauses are hereby incorporate into this solicitation: 252.204-7004, Required Central Contractor Registration (Nov 2001); 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Jun 2005); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations and 5352.201-9101, Ombudsman (Aug 2005) applies. The following Maxwell AFB clauses are hereby incorporated into this solicitation: Maxwell 45 Required Insurance (September 2000); Maxwell 114, Required Posters (February 2003); Maxwell 119 WAWF-Electronic Submission of Invoice (May 2006). The Defense Priorities and Allocations System rating is C9E. A due date for offers will be 4:00PM, central time, 21 Septembert 2006. Offers may be mailed or e-mailed to 42nd Contracting Squadron, 50 Lemay Plaza South, The point of contact (POC) for this request is Don Fisher who can be contacted by the following mail: 42nd Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334; Fax: (334) 953-3341; Phone: (334) 953-4074; email: Donald.Fisher@maxwell.af.mil.
 
Place of Performance
Address: 30 S Arnold St, Bldg 1050, Maxwell AFB, AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01142212-W 20060915/060913220954 (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.