Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

70 -- KVM Secure Switches and Cables

Notice Date
7/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, ACA, The Americas, ACA Southern Hemisphere Mission Support, ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W90H3S81840001
 
Response Due
8/1/2008
 
Archive Date
9/30/2008
 
Point of Contact
Amorette McKeithan, 2102956493
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W90H3S81840001. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 (iv) The associated NAICS code for this acquisition is 423430 small business size standard in number of employees is 100. (v)Line Item 0001: Qty: 43 each Secure SwitchView 4-port KVM Switches; Brand name Cybex, Model# 10040-SC; Operating Voltage 6 VDC @ 700 mA; multi-server support;clears keyboard buffer immediately after data is transmitted through switch; standard PS/2 protocal. Line item 0002: Qty: 86 each KVM Cable; Brand name Cybex, Model No. CPS2-6A; 6-ft PS/2 style cable; color coded. (vi) Purchase of KVM Switches and Cables Brand name Cybex. (vii)FOB DESTINATION: delivery to Fort Sam Houston, Texas by August 30, 2008. (viii)The following provisions apply to this acquisition, FAR 52.212-1 Instructions to Offerors--Commercial (JUN 2008) (ix)FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price will be a more significant evaluation factor than technical, availability and past performance combined. However technical capability of the item offered to meet the Government requirement, availability, and past performance will be weighed in conjunction with price (x) All offers must include a completed copy of the provision at FAR 52.212-3 offeror representations and certifications--commercial Items (JUN 2008) or be completed on the ORCA website. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2007), (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive OrdersCommercial Items (JUN 2008), (xiii) 52.203-3 Gratuities, 52.203-6 -- Restrictions on Subcontractor Sales to the Government Alternate I, (SEP 2006). 52.204-7 -- Central Contractor Registration (APR 2008), 52.211-6 -- Brand Name or Equal (AUG 1999), FAR 52.222-3 -- Convict Labor (JUNE 2003), FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (FEB 2008), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-22 -- Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-26 --Equal Opportunity (MAR 2007), FAR 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 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 (SEP 2006), FAR 52.232-33 -- Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003), FAR 52.247-34 -- F.O.B. Destination (NOV 1991), 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (OCT 2006), FAR 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007), FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006), DFAR 252.204-7003 Control Of Government Personnel Work Product (APR 1992), DFAR 252.232-7003 Electronic Submission of Payment Requests (MAY 2006), DFRA 252.243-7002 Requests for equitable adjustment. DFAR 252.232-7010 Levies on Contract Payments (DEC 2006), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991 DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country) (xiv)The full text of clauses and provisions can be accessed at the following web addresses: www.acqnet.gov/FAR and www.acq.osd.mil/dpap/dars/dFARs/index.htm (xv) No applicable number notes (xvi) All offers are due no later than 2:00 PM, Central Standard Time, 1 August 2008 via fax (210) 295-6834 or email am.mckeithan@us.army.mil offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii)For further information contact Amorette McKeithan @ (210) 295-6493.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c4920705adac7ec8b0e8c017d6f84f92&tab=core&_cview=1)
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
 
Record
SN01626234-W 20080731/080729230419-c4920705adac7ec8b0e8c017d6f84f92 (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.