Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

58 -- Tech Control Upgrade

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
 
ZIP Code
09824-0280
 
Solicitation Number
FA5685-10-Q-0042
 
Archive Date
9/4/2010
 
Point of Contact
Sonya B. Plumley, Phone: 90-322-316-6919, Leo Rodgers III, Phone: 90-322-316-8075
 
E-Mail Address
sonya.plumley@incirlik.af.mil, lgcb.confirmations@incirlik.af.mil
(sonya.plumley@incirlik.af.mil, lgcb.confirmations@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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. (ii) The solicitation number is FA5685-10-Q-0042. The solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42, DFARS Change Notice 20100713, and Air Force Acquisition Circular 2010-0402. (iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to Article VI of the supplementary agreement 3 to the Defense and Economic Cooperation Agreement (1980) between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey. Therefore, proposals from business concerns outside of Turkey will not be considered. The NAICS code assigned to this acquisition is 443120 and small business size standard is $9Mil. (v) There are forty-one (41) contract line item numbers (CLIN). The quantity and unit of measure for CLIN 0001 is 8EA. The quantity and unit of measure for CLIN 0002 is 14EA. The quantity and unit of measure for CLIN 0003 is 14EA. The quantity and unit of measure for CLIN 0004 is 7EA. The quantity and unit of measure for CLIN 0005 is 14EA. The quantity and unit of measure for CLIN 0006 is 5EA. The quantity and unit of measure for CLIN 0007 is 7EA. The quantity and unit of measure for CLIN 0008 is 3EA. The quantity and unit of measure for CLIN 0009 is 24EA. The quantity and unit of measure for CLIN 0010 is 50EA. The quantity and unit of measure for CLIN 0011 is 7EA. The quantity and unit of measure for CLIN 0012 is 7EA. The quantity and unit of measure for CLIN 0013 is 14EA. The quantity and unit of measure for CLIN 0014 is 16EA. The quantity and unit of measure for CLIN 0015 is 18EA. The quantity and unit of measure for CLIN 0016 is 24EA. The quantity and unit of measure for CLIN 0017 is 6EA. The quantity and unit of measure for CLIN 0018 is 8EA. The quantity and unit of measure for CLIN 0019 is 16EA. The quantity and unit of measure for CLIN 0020 is 24EA. The quantity and unit of measure for CLIN 0021 is 6EA. The quantity and unit of measure for CLIN 0022 is 7EA. The quantity and unit of measure for CLIN 0023 is 7EA. The quantity and unit of measure for CLIN 0024 is 5EA. The quantity and unit of measure for CLIN 0025 is 3EA. The quantity and unit of measure for CLIN 0026 is 14EA. The quantity and unit of measure for CLIN 0027 is 7EA. The quantity and unit of measure for CLIN 0028 is 14EA. The quantity and unit of measure for CLIN 0029 is 14EA. The quantity and unit of measure for CLIN 0030 is 14EA. The quantity and unit of measure for CLIN 0031 is 6EA. The quantity and unit of measure for CLIN 0032 is 5EA. The quantity and unit of measure for CLIN 0033 is 5EA. The quantity and unit of measure for CLIN 0034 is 5EA. The quantity and unit of measure for CLIN 0035 is 1EA. The quantity and unit of measure for CLIN 0036 is 1EA. The quantity and unit of measure for CLIN 0037 is 1EA. The quantity and unit of measure for CLIN 0038 is 4EA. The quantity and unit of measure for CLIN 0039 is 4EA. The quantity and unit of measure for CLIN 0040 is 2EA. The quantity and unit of measure for CLIN 0041 is 2EA. Quotations shall provide a per unit price. (vi) CLIN 0001 - 0041 0001 - PRODUCT ID 15454-GE-XPE, 20 GBE ENHANCED CROSSPONDER. INCLUDE 5454-10GE-XPE, 4x10GE Enhanced Crossponder in the package. 0002 - PRODUCT ID 15454-MRC-I-12 - OC3/12/48, 12 ports, IOF 0003 - PRODUCT ID 15454-TCC2P-K9, Timing Communications Control Two Plus, I-Temp. Package include SF15454-R9.1.0K9, 15454 ANSI MSPP-MSTP Rel. 9.1.0 SW, Preloaded on TCC 0004 - PRODUCT ID 15454-R9.1.0SWK9, 15454 ANSI MSTP-MSPP Rel. 9.1.0 Feature Pkg., CD, RTU LIC 0005 - PRODUCT ID 15454-XC-VXC-10G Cross-Connect Module, High Cap. Tributary 0006 - PRODUCT 15454-DS1E1-56 DS1/ E1, 1:N, 56 ports, I-Temp 0007 - PRODUCT 15454-AIC-I - Alarm Interface Card Enh Intl, I-Temp 0008 - PRODUCT ID 15454-EIA-UBICH-A, Universal Backplane Interface w/ Horizontal Connector-A Side 0009 - PRODUCT ID 15454-CADS1-H-25 DS1 Cable Assembly, UBIC-H - 25 ft 0010 - PRODUCT ID 15454-BLANK, Empty slot Filler Panel 0011 - PRODUCT ID 15454-CC-FTA, Shelf Controlled Cooling Fan Tray, ANSI, HPCFM, I-Temp. Package include PRODUCT ID CISCO15454, 15454 ATO (Assemble to Order) 0012 - PRODUCT ID 15454-SA-HD, 15454 SA HD NEBS3 ANSI w/ RCA and Ship Kit 0013 - PRODUCT ID 15454-ONS-SI-2G-I1, SFP - OC48/STM16, IR1, S-16.1,1310nm, SM, LC, ITEMP 0014 - PRODUCT ONS-XC-10G-S1, XFP - OC192/STM64/10GE - 1310 SR - SM LC 0015 - PRODUCT ID 15454-ONS-SI-622-I1, SFP -OC12/STM4 and OC3/STM1 IR, S-4.1, S-1.1, 1310 nm, ITEMP 0016 - PRODUCT ID ONS-SE-ZE-EL, SFP - 10/100/1000 Ethernet BaseT Multi-rate Copper RJ45 0017 - PRODUCT ID ONS-SE-G2F-LX=, SFP - GE/1G-FC/2G-FC/HDTV - 1310nm - SM - LC 0018 - PRODUCT CON-SNT-15454GE, SMARTNET 8X5XNBD 20 GBE ENHANCED CROSSPONDER. PACKAGE INCLUDE CON-SNT-1545XPE, SMARTNET 8X5XNBD 4x10GE Enhanced Crossponder 0019 - PRODUCT CON-SNT-ONS10GS1, SMARTNET 8X5XNBD XFP - OC192/STM64/10. 0020 - PRODUCT CON-SNT-NSSEZEEL, SMARTNET 8X5XNBD SFP10/100/1000 Et Tmultirate copper rj45 0021 - PRODUCT CON-SNT-SEG2FLX, SMARTNET 8X5XNBD SFP - GE/1G-FC/2G-FC 0022 - PRODUCT CON-SNT-15454AICI, SMARTNET 8X5XNBD Alarm Interface Card 0023 - PRODUCT ID CON-SNT-15454CCF, SMARTNET 8X5XNBD Shelf Controlled Cooling Fan Tray 15454 0024 - PRODUCT ID CON-SNT-DS1E156, SMARTNET 8X5XNBD DS1/ E1, 1:N,56 ports, I-Temp 0025 - PRODUCT ID CON-SNT-15454E, SMARTNET 8X5XNBD Universal Backplane 0026 - PRODUCT ID CON-SNT-MRCI12, SMARTNET 8X5XNBD OC3/12/48, 12 ports 0027 - PRODUCT ID CON-SNT-454SAHD, SMARTNET 8X5XNBD 15454 SA HD NEBS3 AN 0028 - PRODUCT ID CON-SNT-15454TCC, 8x5xNBD, AR Svc, Timing Communications Control 0029 - PRODUCT ID CON-SNT-XCVXC10G, SMARTNET 8X5XNBD Cross-Connect Module. Package include 7 PRODUCT ID CON-SNT-15454ATO, 8x5xNBD Svc, Cisco15454 ATO only 0030 - PRODUCT ID CON-SNT-2G-I1, SMARTNET 8X5XNBD SFP - OC48/STM16, IR 0031 - PRODUCT ID CON-SNT-ONS622I1, SMARTNET 8X5XNBD OC12/STM4 and OC3/ST 0032 - PRODUCT ID CISCO891-K9, Cisco 891 GigaE SecRouter. Package include 5 EACH OF THE FOLLOWING: CAB-ACE AC Power Cord (Europe) C13, CEE 7, 1.5M and S890VK9-15001M Cisco 890 Series IOS UNIVERSAL, MEM8XX-256U512D, DRAM Upgrade 256 MB to 512 MB, CCP-CD Cisco Config Professional on CD, CCP-Express on Router Flash, CAB-ETH-S-RJ45 Yellow Cable for Ethernet, Straight-through, RJ-45, 6 feet, PWR-60W-AC Power Supply 60 Watt AC, AND SL-890-AIS Cisco 890 Advanced IP Services License 0033 - CON-SNT-C8911K9, SMARTNET 8X5XNBD Cisco 891 GigaE SecRouter 0034 - PRODUCT ID ACS-890-RM-19, Rackmount kit for 890 0035 - PRODUCT IDCISCO2951-SEC/K9, Cisco 2951 Security Bundle w/SEC license PAK. PACKAGE TO INCLUDE: S2951UK9-15001M Cisco 2951 IOS UNIVERSAL, CAB-ACE AC Power Cord (Europe), C13, CEE 7, 1.5M, PWR-2921-51-AC Cisco 2921/2951 AC Power Supply, ISR-CCP-EXP Cisco Config Pro Express on Router Flash, MEM-2951-512MB-DEF 512MB DRAM (1 512MB DIMM) for Cisco 2951 ISR (Default), MEM-CF-256MB 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR, SL-29-IPB-K9 IP Base License for Cisco 2901-2951, AND SL-29-SEC-K9 Security License for Cisco 2901-2951 0036 - CAB-CONSOLE-RJ45 - Console Cable 6ft with RJ45 and DB9F 0037 - CON-SNT-2951SEC, SMARTNET 8X5XNBD Cisco 2951 Security 0038 - WS-C3560G-48TS-E, Catalyst 3560 48 10/100/1000T + 4 SFP + IPS Image. Include CAB-ACE AC Power Cord (Europe), C13, CEE 7, 1.5M 0039 - CON-SNT-356048TE, SMARTNET 8X5XNBD Catalyst 3560 48 10/ 0040 - WS-C3750G-24TS-E1U, Catalyst 3750 24 10/100/1000 + 4 SFP + IPS Image; 1RU. Package to include CAB-STACK-50CM Cisco StackWise 50CM Stacking Cable and CAB-ACE AC Power Cord (Europe), C13, CEE 7, 1.5M 0041 - CON-SNT-3750GE1U, SMARTNET 8X5XNBD Cat 3750 24 10/100/1000T + 4 SFP En If exact item is not quoted (see FAR 52.212-1(b)(4)) a specification sheet or other information must be provided that provides sufficient detail for the United States to determine whether or not the substituted product(s) quoted can satisfy the need. (vii) All quantities ordered must be delivered within 60 calendar days to Incirlik Air Base, Adana, Turkey on a FOB Destination basis. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be in the English language. Quotations received in other than English shall be rejected. Paragraph (f) Late submissions, modifications, revisions, and withdrawals of offers is added at (f)(2)(i) to read: (D) Or if this solicitation is a request for quotation, it is determined that acceptance of the quotation is in the best interests of the United States. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The second and last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (19), (33), & (38). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The FAR clause at paragraph (a) is considered checked and applicable to the acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (18), (20), (21)(ii), (22) (xiii) The following five additional contract clauses apply to this acquisition: (1) DFARS 252.225-7041 Correspondence in English. (2) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (3) DFARS 252.233-7001 Choice of Law (Overseas). (4) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: David Jones, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: david.jones@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. (5) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due by 4:00PM on 20 August 2010. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xvi) Contact SSgt Sonya Plumley or Leo Rodgers III via email at 39cons.lgcb@incirlik.af.mil or via telephone at 0-322-316-8075 for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-10-Q-0042/listing.html)
 
Place of Performance
Address: Incirlik Air Base, Adana, 09824, Turkey
 
Record
SN02236364-W 20100812/100811000837-da8f8985c0abc6e25946513956ffbbd7 (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.