Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

70 -- Cisco Equipment RELCAN - Itemized Listing - Brand Name Letter

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-T-6111
 
Archive Date
9/17/2009
 
Point of Contact
Susan K Davis, Phone: 719-556-7585
 
E-Mail Address
susan.davis@peterson.af.mil
(susan.davis@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Letter Itemized Listing (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This Request for Quotation (RFQ) is issued as solicitation, FA2517-09-T-6111. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. (iv) This acquisition is procured as full and open competition. The NAICS code for this requirement is 334119, Other Computer Peripheral Equipment Manufacturing. The size standard is 1000 employees and a single award will be made as a result of evaluation of quotes. As part of your quote, you are required to include the format from the itemized listing to include line item, warranty information, quantity, unit, description, price and total amount information or your quote will be considered nonresponsive. (v) The attached commercial itemized listing is being procured as Brand Name only. The brand name letter is attached. (Please see attachment "Itemized Listing" for required item listing.) (vi) The requirement is for Cisco computer hardware per the attachment "Itemized Listing." (vii) Commercial items shall be priced as FOB destination to Peterson AFB, CO. Delivery terms are 30 days ARO. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUNE 2008), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. Vendor shall certify that it is a Manufactured Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products submitted in this offer are from the applicable Manufacturer or through the applicable Manufacturer Authorized Channels only. (ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JAN 1999), applies to this acquisition. Evaluation will be based on lowest price meeting brand name requirements. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (JULY 2009), applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MARCH 2009), applies to the acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (APRIL 2009) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses apply to this acquisition. 1. FAR 52.222-3, Convict Labor (JUNE 2003) 2. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 3. FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) 4. FAR 52.222-26, Equal Opportunity (MAR 2007) 5. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 6. FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 7. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 8. FAR 52.222-50, Combating Trafficking in Persons (APR 2009) 9. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 10. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (OCT 2003) 11. FAR 52.203-3, Gratuities (Apr 1984) 12. FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 13. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) 14. FAR 52.219-8, Utilization of Small Business Concerns (May 2004) 15. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 16. FAR 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (Jul 2005) 17. FAR 52.219-9, Small Business Subcontracting Plan (Apr 2008) The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (JUL 2009) 2. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 3. DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 4. DFARS 252.203-7000, Requirement Relating to Compensation of Former DoD Officials (JAN 2009) 5. DFARS 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 6. DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2004) The following AFFARS clause is applicable to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (AUG 2005) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil) (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) Quote submission: Quote shall include price information, quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Questions shall be submitted by 1:00 pm on 30 August 2009. Responses to this solicitation must be submitted no later than 3:00 PM, Mountain Standard Time on 2 September 2009. (xvi) POC is Ms. S. Kristin Davis, 719-556-7585 for information regarding this solicitation. Submit your quotes to Ms. Davis, email address: susan.davis@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-09-T-6111/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN01926788-W 20090828/090826235823-55217090c5ae6c1362d574123d612b49 (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.