Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOLICITATION NOTICE

70 -- WAN Tech Refresh - Brand Name Justification - Itemized Equipment Listing

Notice Date
7/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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
FA2517-10-T-6055
 
Archive Date
8/4/2010
 
Point of Contact
Ashley Taylor, Phone: 7195564886, Benny T. Terry, Phone: 7195569381
 
E-Mail Address
Ashley.Taylor.2@peterson.af.mil, benny.terry@peterson.af.mil
(Ashley.Taylor.2@peterson.af.mil, benny.terry@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Itemized Equipment List Brand Name Justification (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, FA2517-10-T-6055. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. (iv) This acquisition is procured as other than full and open competition as Brand Name only. The NAICS code for this requirement is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. The size standard is 100 employees due to the nonmanufacturer rule 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 attached itemized listing to include line item, warranty information, quantity, unit, description, price and total amount or your quote will be considered nonresponsive. (v) The attached commercial itemized listing is being procured as Brand Name only. The justification for other than full and open competition is attached. (Please see attachment "Itemized Listing" for required item listing.) (vi) The requirement is for Cisco 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. (ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JAN 1999), applies to this acquisition. Award will be made to the lowest price offer meeting all technical specifications. To be considered technically acceptable, the quote must include certification that the offeror is a Cisco Authorized Channel Partner 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 Cisco's certification/specialization requirements. Verification will be made with Cisco prior to award. Unless otherwise specified, the offeror shall warrant that the products are new, in their original box. The offeror 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 policies at the time of purchase. The offeror shall warrant that all Cisco software is licensed originally to the Government as the original licensee authorized to use the Cisco Software. The offeror shall also provide the warranty information for the item. Any and all vendors submitting quotes shall provide proof of authorization and equipment support from Cisco. 21 CONS/LGCBB also requires that all Cisco products delivered pursuant to any resulting purchase order are certified New and non-refurbished via a Cisco Certificate of Authenticity that contains contact information for a Cisco employee point of contact. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (AUGUST 2009), applies to this acquisition. All offerors 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 (JUNE 2010), 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 (JUNE 2010) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses apply to this acquisition. 1. FAR 52.204-7, Central Contractor Registration (APR 2008) 2. FAR 52.222-3, Convict Labor (JUNE 2003) 3. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 2009) 4. FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 5. FAR 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) 6. FAR 52.222-25, Affirmative Action Compliance (APR 1984) 7. FAR 52.222-26, Equal Opportunity (MAR 2007) 8. FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) 9. FAR 52.222-99, Notification of Employee Rights under the National Labor Relations Act (DEVIATION 2010-O0013) (JUN 2010) 10. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 11. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (OCT 2003) 12. FAR 52.233-1, Disputes (JUL 2002) 13. FAR 52.233-3, Protest After Award (AUG 1996) 14. FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.203-7000, Requirement Relating to Compensation of Former DoD Officials (JAN 2009) 2. DFARS 252.204-7004, Alternate A, Central Contractor Registration (SEP 2007) 3. DFARS 252.211-7003, Item Identification and Valuation (AUG 2008) 4. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (JUN 2010) 5. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) The following AFFARS clause is applicable to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (APR 2010) (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. Responses to this solicitation must be submitted no later than 4:00 PM, Mountain Standard Time on 20 July 2010. Submit your quotes to Ashley Taylor by email at: ashley.taylor.2@peterson.af.mil and Benny Terry at benny.terry@peterson.af.mil. (xvi) All questions regarding this solicitation must be submitted by 4:00 pm 15 July 2010 to ashley.taylor.2@peterson.af.mil and benny.terry@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-10-T-6055/listing.html)
 
Place of Performance
Address: 1902 Aerotech Drive, STE 150/160, Colorado Springs, Colorado, 80916, United States
Zip Code: 80916
 
Record
SN02204635-W 20100715/100713235542-f064b6483d0c18e337453245d37907b3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.