Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
DOCUMENT

70 -- Cisco and Ericsson Hardware Upgrade - Brand Name J&As

Notice Date
12/30/2008
 
Notice Type
Brand Name J&As
 
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
FA4800-09-Q-CC01
 
Archive Date
1/24/2009
 
Point of Contact
Collin C Christopherson, Phone: 757-764-2241, Sheila R ReshardBryant,, Phone: 757-764-5520
 
E-Mail Address
collin.christopherson@langley.af.mil, sheila.reshardbryant@langley.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a 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 is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-09-Q-CC01. This is a brand name solicitation for Cisco and Ericsson equipment and the attached justification has been approved. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. This acquisition is 100% set-aside for service disabled veteran owned small businesses. The associated NAICS code is 334111 with a 1,000 employee size standard. This RFQ contains 23 line items. The line item descriptions are as follows. This RFQ contains 23 line items. The line item descriptions are as follows: Clin 01: Supervisor Engine 720-3B Mfr: Cisco PN: WS-SUP720-3B Qty: 4 Clin 02: Sup Adapter with compact flash for SUP720 (Included w/ Sup720) Mfr: Cisco PN: CF-ADAPTER-SP Qty: 4 Clin 03: Catalyst 6500 Sup720/Sup32 Compact Flash Mem 512MB (Included w/ Sup720) Mfr: Cisco PN: MEM-C6K-CPTFL512M Qty: 4 Clin 04: Bootflash for SUP720-64MB-RP (Included w/ Sup720) Mfr: Cisco PN: BF-S720-64MB-RP Qty: 4 Clin 05: Catalyst 6500 512MB DRAM on the Supervisor (SUP2 or SUP720) Included w Sup720 Mfr: Cisco PN: MEM-S2-512MB Qty: 4 Clin 06: 2700W AC power supply for CISCO7606 Mfr: Cisco PN: PWR-2700-AC Qty: 14 Clin 07: Power Cord, 250Vac 16A, twist lock NEMA L6-20 plug, US Mfr: Cisco PN: CAB-AC-C6K-TWLK Qty: 14 Clin 08: Blank PEM filler plate Mfr: Cisco PN: 800-16719-01 Qty: 12 Clin 09: High Speed Fan Tray Mfr: Cisco PN: FAN-MOD-6HS Qty: 4 Clin 10: Catalyst 6500 24-port GigE Mod: fabric-enabled (Req. SFPs) Mfr: Cisco PN: WS-X6724-SFP Qty: 12 Clin 11: Catalyst 6500 256MB DDR, xCEF720 (67xx interface, DFC3A) Mfr: Cisco PN: MEM-XCEF720-256M Qty: 12 Clin 12: Catalyst 6500 Central Fwd Card for WS-X67xx modules Mfr: Cisco PN: WS-F6700-CFC Qty: 12 Clin 13: Cisco 7600 Series SPA Interface Processor-400 Mfr: Cisco PN: 7600-SIP-400 Qty: 12 Clin 14: 1-port OC-12c/STM-4 ATM Shared Port Adapter Mfr: Cisco PN: SPA-1XOC12-ATM Qty: 12 Clin 15: SPA for Cisco 7600; No Physical Part; For Tracking Only Mfr: Cisco PN: 7600-SPA Qty: 12 Clin 16: OC-12/ STM-4 SFP, Multi-mode Fiber Mfr: Cisco PN: SFP-OC12-MM Qty: 12 Clin 17: GE SFP, LC connector SX transceiver Mfr: Cisco PN: GLC-SX-MM Qty: 36 Clin 18: Base-T SFP, RJ-45 Conn 10/100/1000 Mfr: Cisco PN: GLC-T Qty: 72 Clin 19: 100Base-FX SFP, for FE port Mfr: Cisco PN: GLC-FE-100FX Qty: 24 Clin 20: SMARTNET 8X5XNBD 7600 Series SPA Interface Processor 400 Mfr: Cisco PN: CON-SNT-7600SIP4 Qty: 12 Clin 21: SMARTNET 8X5XNBD 1-port OC12/STM4 ATM Shared Port Mfr: Cisco PN: CON-SNT-1XOC12AT Qty: 12 Clin 22: Single port OC-12c, MM, SC connector Mfr: Ericsson PN: NM-1/622MMSCE Qty: 12 Clin 23: Support for OC-12 MM netmod Mfr: Ericsson PN: SUPP-S-A Qty: 12 End Item Description. Items identified above are manufactured by Cisco, and Ericsson. If quoting Cisco products, you must be an authorized reseller of Cisco. "Vendor shall certify that it is a Cisco Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with the applicable Cisco certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all Cisco products submitted in this offer from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current Cisco's applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software." If quoting Ericsson products, you must be an Ericcson authorized reseller. Provide proof of authorized certifications with proposal. FOB point is Destination. The required delivery date is 30 days after date of award. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.204-7, Central Contractor Registration, FAR 52.219-27, Notice of total Service-Disabled Veteran-Owned Small Business Set Aside, FAR 52.219-28, Post-Award Small Business Program Rerepresentation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 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 and Veterans of the Vietnam Era, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations in Clauses. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report. The following AFFARS clause cited is applicable to this solicitation: 5352.201-9101 Ombudsman. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Sheila Reshard-Bryant (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: Sheila Reshard-Bryant, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC 2d Lt Collin Christopherson, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need) and price, which will be most advantageous to the government. Quotes must be signed, dated and submitted by January 9, 2009, 10:00 AM, Eastern Standard Time (EST) to the 1st Contracting Squadron Attn: 2Lt Collin Christopherson Contract Administrator, Commercial Phone 757-225-9973, E-mail: collin.christopherson@langley.af.mil. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b3b61915d3fdc9843f2be18eb352d7c4&tab=core&_cview=1)
 
Document(s)
Brand Name J&As
 
File Name: Justification and Approval for Cisco Brand Name Requirement (Cisco.PDF)
Link: https://www.fbo.gov//utils/view?id=7c1854bb9d93a917b06fcf205fc2b9c7
Bytes: 610.70 Kb
 
File Name: Justification and Approval for Ericsson Brand Name Requirement (Ericsson.PDF)
Link: https://www.fbo.gov//utils/view?id=2c7167e761261cf53e0097f05f351c28
Bytes: 307.40 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Langley Air Force Base, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01725204-W 20090101/081230214535-b3b61915d3fdc9843f2be18eb352d7c4 (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.