Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

70 -- SIPR Core Phase 2 Upgrade - J&A

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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-JD-3000
 
Archive Date
10/3/2009
 
Point of Contact
Janee R. Davis, Phone: 7577640504, Marietta S. Fry, Phone: 757-764-7483
 
E-Mail Address
janee.davis@langley.af.mil, marietta.fry@langley.af.mil
(janee.davis@langley.af.mil, marietta.fry@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification & Approval (J&A) 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; quotes 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 FA4800-09-JD-3000. This is a brand name solicitation for Cisco equipment and a justification document has been approved and is attached to this solicitation.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 Small Businesses. The associated NAICS code is 423430 with a 500 employee size standard. This RFQ contains 17 line items. The line item descriptions are as follows: CLIN 0001: 7606-RSP720CXL-R - CISCO 7606 CHASSIS, 6-SLOT, REDUNDANT SYSTEM, 2RSP720-3CXL, 2PS, INCLUDING: 1 EA - HIGH SPEED FAN MODULE FOR CISCO 7606 CHASSIS, 2 EA - 2700w POWER SUPPLY FOR 7606, 2 EA - AC POWER CORDS NORTH AMERICA (110V); QTY: 1 EA; CLIN 0002: S764AIK9-12233SRC - Cisco 7600-RSP720 IOS ADVANCED IP SERVICES SSH including: 2 EA-CISCO 7600 ROUTE SWITCH PROCESSOR 72GbPS FABRIC, PFC3CXL, GE, 1 EA-CATALYST 6500 256MB DDR, xCEF720 (67xx INTERFACE, DFC3A), 1 EA-CATALYST 6500 CENTRAL FWD CARD FOR WS-X67xx MODULES, 2 EA-CISCO 7606 PEM COVER; QTY: 1 EA; CLIN 0003: WS-X6748-SFP - Catalyst 6500 48-port GigE Mod: fabric-enabled (Req. SFPs); QTY: 1 EA; CLIN 0004: GLC-LH-SM - GE SFP, LC connector LX/LH transceiver; QTY: 48 EA; CLIN 0005: WS-X6548-GE-45AF - Cat6500 48-port PoE 802.3af & ePoE 10/100/1000 CEF256 card; QTY: 1 EA; CLIN 0006: CON-SNT-7606RCXR - SMARTNET 8X5XNBD Cisco 7606 Chassis, 6 INCLUDING: 1 EA-8X5XNBD SVC, 7606 - BNDLE OR CONFIG OPTIONS; QTY: 1 EA; CLIN 0007: WS-C6506-E - Catalyst 6500 Enhanced 6-slot chassis, 12RU, no PS, no Fan Tray; QTY: 1 EA; CLIN 0008: SV33AIK9M-12233SXH - CISCO CAT6000-VSS720 IOS ADVANCED IP SERVICES SSH (MODULE); QTY: 1 EA; CLIN 0009: VS-S720-10G-3CXL - Cat 6500 Supervisor 720 with 2 ports 10GbE MSFC3 PFC3C XL, INCLUDING: 2 EA - SP ADAPTER WITH COMPACT FLASH FOR SUP720, 2 EA-CATALYST 6500 MULTILAYER SWITCH FEATURE CARD (MSFC)III, 2 EA-CATALYST 6500 SUP720-10G POLICY FEATURE CARD 3CXL, 2 EA-CATALYST 6500 SUPERVISOR 720 WITH 2 1-GbE PORTS, 2 EA-CATALYST 6500 COMPACT FLASH MEMORY 1GB, 1 EA-BOOTFLASH FOR SUP720-64MB-RP, 1 EA-CATALYST 6500 DIST FWD CARD-3CXL, FOR WS-X67xx, 1 EA-CAT6500 8 PORT 10 GIGABIT ETHERNET MODULE (REG. DFC AND X2), 1 EA-CATALYST 6500 256MB DDR,XCEF720 (67xx INTERFACE, DFC3A), 1 EA-CATALYST 6500 CENTRAL FWD CARD FOR WS-X67xx, MODULES; QTY: 2 EA; CLIN 0010: X2-10GB-LR - 10GBASE-LR X2 Module; QTY: 3 EA; CLIN 0011: WS-X6708-10G-3CXL - C6K 8 port 10 Gigabit Ethernet module with DFC3CXL (req. X2) ; QTY: 1 EA; CLIN 0012: WS-X6748-SFP - Catalyst 6500 48-port GigE Mod: fabric-enabled (Req. SFPs); QTY: 1 EA; CLIN 0013: GLC-LH-SM - GE SFP, LC connector LX/LH transceiver; QTY: 1 EA; CLIN 0014: WS-X6548-GE-45AF - Cat6500 PoE 802.3af & ePoE 10/100/1000 CEF256 card; QTY: 1 EA; CLIN 0015: WS-C6506-E-FAN - Catalyst 6506-E Chassis Fan Tray; QTY: 1 EA; CLIN 0016: WS-CAC-6000W - Catalyst 6500 6000W AC power supply including: 4 ea-AC Power cord North America (110V); QTY: 2 EA; CLIN 0017: CON-SNT-WS-C6506 - 8x5xNBD Service, Catalyst 6506; QTY: 1 EA. End Item Description: FOB point is Destination. All suppliers must be Cisco certified partners and parts must be new, not refurbished or used. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. FAR 52.212-3 applies to this acquisition, requiring all offers to be registered in ORCA.bpn.gov, or to fill out the clause in its entirety. 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 52.219-6, Notice of Total Small Business Set-Aside, 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. Organizational Conflict of Interest - The Federal Acquisition Regulation (FAR) Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Offerors will notify the PCO in writing within 5 days of receipt of the RFP regarding any actual/potential OCI and provide applicable mitigation plans. 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 SSgt Janee R. Davis, 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), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by Friday, 18 September 2009, 11:00 am, Eastern Standard Time (EST) to the 1st Contracting Squadron Attn: SSgt Janee R. Davis, Contract Administrator, Commercial Phone 757-764-6887, E-mail: janee.davis@langley.af.mil, Fax Number 757-225-7443 or Contracting Officer Marietta Fry, Commercial Phone 757-764-7483, E-mail: marietta.fry@langley.af.mil. All Contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-09-JD-3000/listing.html)
 
Place of Performance
Address: Langley AFB, VA, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01954284-W 20090916/090915001747-27f7d37e5de83dd160fa90c848d1cf65 (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.