Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

70 -- Cisco Routers and Switches - J&A

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP470710Q0089
 
Archive Date
8/28/2010
 
Point of Contact
David Stemple,
 
E-Mail Address
david.stemple@dla.mil
(david.stemple@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
LSJ 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-42. A.pdf copy of the required brand-name justification is included with this announcement. This is issued as a Request for Quotation (RFQ) # SP4707-10-Q-0089 Place of performance is Battle Creek, Michigan. Inspection, acceptance and F.O.B. are at destination, Battle Creek, Michigan. Delivery shall be no later than 30 calendar days after award date. This acquisition is set-aside 100% for Small Business Concerns, and the associated NAICS code is 334210 with a SBA size standard of 500 employees. Offerors shall provide a price for each contract line item number (CLIN) in their quote. Quotes with quantities of less than requested or products other than those requested will be deemed technically unacceptable. CLIN Descriptions: CLIN 001: WS-C3560G-48PS-S, Catalyst 3560 48 10/100/1000T PoE + 4 SFP + IPB Image-1, QTY: 01 EA. CLIN 002: CAB-16AWG-AC, AC Power Cord, 16AWG-2, QTY: 01 EA. CLIN 003: WS-C2960-24PC-L, Catalyst 2960 24 10/100 PoE + 2 T/SFP LAN Base Image-3, Qty: 11 EA. CLIN 004: CAB-AC, AC Power Cord (North America) C13 NEMA 5-15P 2.1m-4, QTY: 11 EA. CLIN 005: WS-C3560E-12SD-S, Catalyst 3560E 12 SFP+2*10GE(X2) IPB s/w-5, QTY: 01 EA. CLIN 006: S356EVK9T-12252SE, CAT 3560E IOS Universal with Web Based DEV MGR-6, QTY: 01 EA. CLIN 007: CAB-16AWG-AC, AC Power Cord 16AWG-7, QTY: 02 EA. CLIN 008: CVR-X2-SFP, Cisco TwinGig Converter Module-8, QTY: 02 EA. CLIN 009: C3K-PWR-300WAC, Catalyst 3560E-12D and 3560E-12SD 300WAC Power Supply-9, QTY: 02 EA. CLIN 010: GLC-SX-MM=, GE SFP LC Connector SX Transceiver-10, QTY: 12 EA. CLIN 011: GLC-GE-100FX=, 100BASE-FX SFP for GE SFP port on 3750 3560 2970 2960-11, QTY: 18 EA. CLIN 012: CON-SNTE-3560G48S, SMARTNET 8x5x4 Cat3560 48 10/100/1000T PoE + 4 SF-12, QTY: 01 EA. CLIN 013: CON-SNTE-C29602PC, SMARTNET 8x5x4 Cat2960 24 10/100 PoE-2T/SFP LAN Base lm-13, QTY: 11 EA. CLIN 014: CON-SNTE-60E12SDS, SMARTNET 8x5x4 C3560E 12 10/100/1K SFP 2 10GE 1PB SW-14, QTY: 01 EA. Agency needs dictate that interested offerors must be in compliance with the following additional requirements to be considered technically acceptable. Grey Market products are not being solicited. Offerors shall certify that they are a Certified Cisco partner as of the date of the submission of their response. Further, offerors shall provide documentation supporting their certification and specialization level required by CISCO to support the product sale. By submitting a response to this solicitation the vendor certifies to source all CISCO products directly from CISCO or through CISCO Authorized Channels only, in accordance with all applicable laws and current, applicable CISCO policies. Successful offeror shall provide the buyer with a copy of the End User License Agreement, and shall warrant that all CISCO components are licensed originally to the buyer as the original licensee. Only new equipment is being solicited. Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. Trade-in or exchange of old equipment is not available. Failure to comply with any of these requirements will result in removal from consideration. The evaluation factor(s) for award is; lowest-price, technically acceptable. Any resulting contract or order will be firm-fixed price. The Government intends to evaluate proposals and make an award without discussions. Place "SP4707-10-Q-0089" in the subject field of any e-mail correspondence. Questions regarding this RFQ are due by 8/6/10. Responses are due by 8/13/10 at 5:00 p.m. EST. Please include your Cage Code with your quote. Questions and/or quotations may be submitted by e-mail to David Stemple, the primary point of contact for this announcement, at david.stemple@dla.mil, or by FAX: (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Instructions to Offerors -- Commercial Items (Jun 2009) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (Aug 2009) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Mar 2009) -- FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sept 2009) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) In paragraph (b) the following clauses apply: (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) -- DFARS 252.212.7001 In paragraph (b) the following clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/16a0975cf281eb4adcd414251a0dec75)
 
Place of Performance
Address: HDI Federal Center, 74 Washington Ave. North, Battle Creek, Michigan, 49037-3092, United States
Zip Code: 49037-3092
 
Record
SN02227162-W 20100805/100803235640-16a0975cf281eb4adcd414251a0dec75 (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.