Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

70 -- Cisco Routers maintenance

Notice Date
8/27/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, fort drum, fort drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16BEJ8171A001
 
Response Due
9/2/2008
 
Archive Date
3/1/2009
 
Point of Contact
Name: Josh Kaufmann, Title: contract specialist, Phone: 3157726524, Fax: 3157726406
 
E-Mail Address
joshua.kaufmann@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W16BEJ8171A001. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 84130. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-02 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Exact Match Only, to the following: LI 001, WS-C6513 Chassis Service Agreement 8X5XNBD Part # CON-SNT-WS=C6513 S/N TSC071400D3 Site ID222092, 1, EA; LI 002, 6500 Cisco Catalyst 8X5XNBD Part # CON-SNT-WSSVNAM2 S/N SAD071301K2 Site ID2220927, 1, EA; LI 003, 6500 Cisco Catalyst 8X5XNBD Part # CON-SNT-WS-FWM1K9 S/N SAD0713013Y Site ID 2220927, 1, EA; LI 004, AC AS53500 Cisco 8X5XNBD Part # CON-SNT-AS5352T1A S/N JAB07164000 2T1/60 PT/IP+IOS 48 Data License Site ID 2220927, 1, EA; LI 005, CVPN 3030 Red Cisco 8X5XNBD Part # CON-SNT-VPN3030R S/N CAM07155098 2T1/60 PT/IP+IOS 48 Data License Site ID 2220927, 1, EA; LI 006, PIX-525-UR-BUN, CON-SNT-PIX525, Serial Number 88806412074, Site ID 2220927, 1, EA; LI 007, PIX-525-UR-BUN Cisco includes S/W lic Mod Spare8X5XNBD Part # CON-SNT-PIX525 S/N 88807380558, 1, EA; LI 008, CISCO7206VXR includes S/W lic Mod Spare8X5XNBD Part # CON-SNT-7206 S/N 74082368, 1, EA; LI 009, CISCO7206VXR Service product number CON-SNT-7206, S/N 72650344, 1, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to <<USERS EMAIL ADDRESS>> (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.); unless otherwise stated in the offerors GSA schedule. Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; FAR 52.212-2, Evaluation - Commercial The offeror must comply with the following commercial item terms and conditions: FAR 52.212-3, 52.212-4 -- Contract Terms and Conditions -- Commercial Items, 252.211-7003 Item Identification and ValuationOfferor Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Delivery shall be made within 30 days or less after receipt of order (ARO) or as otherwise specified. New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). FAR and DFARS provisions and clauses are current to the most recent dates posted on http://farsite.hill.af.mil 52.232-18 -- Availability of Funds. Availability of Funds (Apr 1984)Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=65732a8f0afdc9ed2774ffd6acf4e1a7&tab=core&_cview=1)
 
Place of Performance
Address: Fort Drum, NY 13602<br />
Zip Code: 13602-5220<br />
 
Record
SN01653438-W 20080829/080827222803-65732a8f0afdc9ed2774ffd6acf4e1a7 (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.