Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

D -- Cisco Switch Maintenance

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S-7198-0500
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation W67K2S-7198-0500 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Cir cular 2001-12. This will be a 100% Small Business Set Aside acquisition under North American Industry Classification System Code 423430, with a small business size standard of 100 employees. SPECIFICATIONS: Maintenance agreement for: CLIN 0001: 1 ea. Catalyst 6509 Chassis w/1300W PC Power Supply, CON-SNT-WS-C6509, SN: SCA053701R4; CLIN 0002: 1ea. Catalyst 4500 Chassis (10 slot), fan, CON-SNT-WS-C4510, SN: FOX1028035D; CLIN 0003: 1 ea. Cisco 7206VXR, 6 slot chassis, 1 AC Supply w/IP Software, CON-SNT-7206, SN: 72700207. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.a cq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.252-2 Clauses Incorporated by Reference; (2) FAR 52.204-7 Central Contractor Registration; (3) FAR 52.212-1 Instructions to Offerors--Commercial Ite ms; (4) FAR 52.212-2 Evaluation--Commercial Items; (5) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; (6) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (7) FAR 52.212-5 Contract Terms and Condit ions Required to Implement Statutes or Executive Orders  Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-6 Notice of Total Small Business Set-Aside; (b) FAR 52.222-3 Convict Lab or; (c) FAR 52-222-19 Child Labor  Cooperation with Authorities and Remedies. (d) FAR 52.222-21 Prohibition of Segregated Facilities; (e) FAR 52.222-26 Equal Opportunity; (f) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (g) FAR 52.225- 13 Restrictions on Certain Foreign Purchases; (h) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration. (8) FAR 52.222-25 Affirmation Action Compliance; (9) DFARS 252.204-7004 Central Contractor Registration, Alternate A. (10) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: ( a) DFARS 252.232-7003 Electronic Submission of Payment Requests; (b) DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order o f importance: (1) offerors capability to provide service that meets the Governments needs; and (2) total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed quote that shows the cost for each CLIN ; (2) completed provision at FAR 52.212-3, O fferor Representations and Certifications  Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. Offers shall be received NLT 2:00 P.M. on S eptembe r 17, 2007. Offers may be sent via e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01404337-W 20070914/070913074239 (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.