Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

70 -- EQUIPMENT UPGRADES

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
F2QT048177A001
 
Archive Date
9/30/2008
 
Point of Contact
Tia Renee Hawk, Phone: 757-764-6887
 
E-Mail Address
tia.hawk@langley.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation, F2QT048177A001, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions ands clauses are those in effect through Federal Acquisition Circular (FAC) 2005-02. This requirement is a 100% Service Disabled Veteran Owned Small Business Set-Aside. The NAICS code is 334111 and the small business size standard is 1000 employees. The following commercial items are requested in this solicitation: CLIN 01: Supervisor Engine 720-3B Cisco WS-SUP720-3B QTY 4 CLIN 02: Sup Adapter with compact flash for SUP720 (Included w/ Sup720) Cisco CF-ADAPTER-SP QTY 4 CLIN 03: Catalyst 6500 Sup720/Sup32 Compact Flash Mem 512MB (Included w/ Sup720) Cisco MEM-C6K-CPTFL512M QTY 4 CLIN 04: Bootflash for SUP720-64MB-RP (Included w/ Sup720) Cisco BF-S720-64MB-RP 4 CLIN 05: Catalyst 6500 512MB DRAM on the Supervisor (SUP2 or SUP720) (Included w/ Sup720) Cisco MEM-S2-512MB QTY 4 CLIN 06: 2700W AC power supply for CISCO7606 Cisco PWR-2700-AC QTY 14 CLIN 07: Power Cord, 250Vac 16A, twist lock NEMA L6-20 plug, US Cisco CAB-AC-C6K-TWLK QTY 14 CLIN 08: Blank PEM filler plate Cisco 800-16719-01 QTY 12 CLIN 09: High Speed Fan Tray Cisco FAN-MOD-6HS QTY 4 CLIN 10: Catalyst 6500 24-port GigE Mod: fabric-enabled (Req. SFPs) Cisco WS-X6724-SFP QTY 12 CLIN 11: Catalyst 6500 256MB DDR, xCEF720 (67xx interface, DFC3A) Cisco MEM-XCEF720-256M QTY 12 CLIN 12: Catalyst 6500 Central Fwd Card for WS-X67xx modules Cisco WS-F6700-CFC QTY 12 CLIN 13: Cisco 7600 Series SPA Interface Processor-400 Cisco 7600-SIP-400 QTY 12 CLIN 14: 1-port OC-12c/STM-4 ATM Shared Port Adapter Cisco SPA-1XOC12-ATM QTY 12 CLIN 15: SPA for Cisco 7600; No Physical Part; For Tracking Only Cisco 7600-SPA QTY 12 CLIN 16: OC-12/ STM-4 SFP, Multi-mode Fiber Cisco SFP-OC12-MM QTY 12 CLIN 17: GE SFP, LC connector SX transceiver Cisco GLC-SX-MM QTY 36 CLIN 18: Base-T SFP, RJ-45 Conn 10/100/1000 Cisco GLC-T QTY 72 CLIN 19: 100Base-FX SFP, for FE port Cisco GLC-FE-100FX QTY 24 CLIN 20: SMARTNET 8X5XNBD 7600 Series SPA Interface Processor 400 Cisco CON-SNT-7600SIP4 QTY 12 CLIN 21: SMARTNET 8X5XNBD 1-port OC12/STM4 ATM Shared Port Cisco CON-SNT-1XOC12AT QTY 12 CLIN 22: Single port OC-12c, MM, SC connector Ericsson NM-1/622MMSCE QTY 12 CLIN 23: Support for OC-12 MM netmod Ericsson SUPP-S-A QTY 12 FOB: Destination for delivery to Langley, AFB VA 23665. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The clause at 52.212-2, Evaluation Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era, and Other Eligable Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. AFFARS 5352.201-9101 Ombudsman. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. All quotes must be sent to SrA Tia R. Hawk at tia.hawk@langley.af.mil 1 CONS Langley AFB, VA 23665. Quotes are required to be received no later than 12:00 PM EST, Monday, 15 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e81904deae7ea93a564a213e63cd40a&tab=core&_cview=1)
 
Place of Performance
Address: Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01662885-W 20080910/080908220857-9e81904deae7ea93a564a213e63cd40a (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.