Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
MODIFICATION

70 -- CISCO CATALYST UPGRADES

Notice Date
7/12/2007
 
Notice Type
Modification
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2VUJ0155AC03
 
Response Due
7/16/2007
 
Archive Date
7/31/2007
 
Point of Contact
Nathan Bowles, Contract Specialist, Phone 813-828-6875, Fax 813-828-5111, - Stephen Colton, Contract Specialist, Phone 813-828-6570, Fax 813-828-6967,
 
E-Mail Address
nathan.bowles@macdill.af.mil, stephen.colton@macdill.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
**********The purpose of this amendment is to cancel the changes made under Amendment 1. Amendment 1 changed the last part from (SMARTNET 8X5NBD Cat 3560 48 10/100 + 4 SFP (1 YR) Cisco Systems CON-SNT-C356048S 5) to ( SMARTNET 8X5NBD Cat 3560 48 10/100 + 4 SFP (1 YR) Cisco Systems CON-SNT-C356048TS 5) Said item is hereby the same as the original posting and should read ( SMARTNET 8X5NBD Cat 3560 48 10/100 + 4 SFP (1 YR) Cisco Systems CON-SNT-C356048S 5) please direct and concerns to SrA Nathan Bowles.********** This is a combined synopsis/solicitation for a commercial supplies 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. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ0155AC03. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following items: 5 each brand name only Cisco Catalyst Upgrades. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 effective 15 May 2007, DFAR DCN 20070531, and AFFAR AFAC 20070531. Fed Biz Ops Numbered Notes per FAR Part 5.207-13(e) Apply: 12, 13, 29. The North American Industry Classification System code (NAICS), 334111 Electronic Computer Manufacturing. The Standard Industrial Classification (SIC) is 3571 , Computers Merchant Wholesalers. The proposed contract is set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. A firm fixed price contract will be awarded. All interested parties must bid on all items. DESCRIPTION OF REQUIREMENT: Description Manufacture Part Number Number of Units Catalyst 3560 24 10/100 + 2 SFP Standard Image Cisco Systems WS-C3560-24TS-S 5 Power Cord, 110V Cisco Systems CAB-AC 5 SMARTNET 8X5XNBD Catalyst 3560 24 10/ (1 YR) Cisco Systems CON-SNT-356024TS 5 Catalyst 3560 48 10/100 + 4 SFP Standard Image Cisco Systems WS-C3560-48TS-S 5 Power Cord, 110V Cisco Systems CAB-AC 5 SMARTNET 8X5NBD Cat 3560 48 10/100 + 4 SFP (1 YR) Cisco Systems CON-SNT-C356048S 5 This acquisition is a brand name only requirement based upon the excerpt from the Contracting Officer signed Justification and Approval. The USSOCOM Enterprise Network is entirely Cisco. Introduction of additional vendors into the enterprise to rectify this requirement would require additional testing and interoperability evaluation, as well increase the total cost of ownership (TCO) through additional training, maintenance contracts and interoperability engineering. Under the terms of the current support contract, the Government is responsible for providing EITC contractors with training on any equipment introduced to the network infrastructure outside that which was originally specified. The cost of training alone would be $3,500 a week for a training class and travel, plus a contractor labor cost of $2,880 per week. Training just 4 contractor for 4 weeks on any alternative equipment would cost the Government more then $100,000 in addition to the purchase price of the equipment. Without this brand name procurement, there would be a substantial duplication of cost to the Government that would not be expected to be recovered through full and open competition. Award will be made to the quotation which offers the best value to the government. Multiple awards may be accomplished if any items are determined to be unbalanced. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Item is to be procured on behalf of USSOCOM, MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Central Contractor Registration, Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 16 July 2007 by 1600 (4:00PM) EST. Submit offers or any questions to the attention of SrA Nathan J. Bowles, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to nathan.bowles@macdill.af.mil.
 
Place of Performance
Address: HQ USSOCOM SONC-J6-B, 2705 ZEMEKE, BLDG #536 Tampa, FL,
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01340716-W 20070714/070712221325 (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.