Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

58 -- Purchase of Full Duplex Aggregation Network Taps

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-10-T-0090
 
Archive Date
10/1/2010
 
Point of Contact
Michael V Lee, Phone: (240) 857-2157, Courtney Fluellen, Phone: 240-857-5442
 
E-Mail Address
michael.lee@bolling.af.mil, courtney.fluellen@afncr.af.mil
(michael.lee@bolling.af.mil, courtney.fluellen@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) FA7014-10-T-0090. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42. The North American Industry Classification System Code (NAICS) is 334119 with a business size standard of 1000 employees. This is a 100% Small Business Set-Aside and you must be a small business to be eligible for consideration. LINE ITEM 0001: Full Duplex Aggregation Network Taps; QUANTITY: 30 EACH, UNIT PRICE: ______________; EXTENDED PRICE: _________________ LINE ITEM 0002: 2 Tap, 1 u rack mount chasis; QUANTITY: 15 EACH, UNIT PRICE: ________________; EXTENDED PRICE: ___________________ This is a "Brand Name or equal" requirement and requires the purchase of thirty (30) full duplex aggregation network taps. The taps, as a minimum, must meet the following requirements: a. Network Port: One(1) 10/100/1000 Network Tap (RJ45) b. Monitoring Port: Two (2) 10/100/1000 Any-to-Any Ports (RJ45) c. Front Management Port: RJ45 @ 100Mbs Full-Duplex d. Rear Serial Port: DB9F e. Two (2) External AC Adapters - Input: 100-240VAC, 50-60Hz, 0.6-0.3A - Output: 5VDC, 2A f. Full-duplex monitoring into one data stream, i.e. monitoring device requires only one network interface card (NIC) g. Aggregation - combine multiple network links or channels into one stream for visibility into complete network conversations h. Ensure automatic failover and recovery of redundant paths and routing protocols i. Regeneration - send copies of traffic from the tap to multiple connected tools to share data sources j. Port speeds from 10 to 1000MB, full-duplex, half-duplex, or auto-negotiate k. Stays invisible to network for enhanced security l. Compatible with all major manufacturers' monitoring systems and analyzers m. Flexible traffic flow to monitoring tools - single-direction or bidirectional for traffic injection n. Dual redundant power ensuring monitor uptime INSPECTION CONDITION AND TERMS: Items shall be priced FOB Destination. Delivery/Acceptance will be at 1535 Command Drive, Ste. A309, Andrews AFB MD 20762. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: http://farsite.hill.af.mil, 52.252-1, 52.252-5, 52.211-6, and 52.252-3; DFARS (Chapter 2) 252.225-7000. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation and price is determined most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items, ALT I applies to this acquisition and offeror(s) must include a completed copy with its offer. FAR 52-212.3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.214-34, 52.214-35, 52.52.211-6, 52.219-28, 52.223-5, 52.223-6, 52.247-34, 52.252-2, http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 252.204-7003, 252.204-7004 Alt A, 252.247-7003, and 5352.242-9001: (c) Myra Toles, AFDW/A7K-P, 1535 Command Drive, Suite D-301, Joint Base Andrews NAF, Camp Spring MD, 20762, Phone # 301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.203-6 ALT I, 52.209-6, 52.211-17, 52.212-4, 52.212-5 (dev), 52.212-7001 (Dev), 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36 52.222-39,52.222-37, 52.222-50, 52.223-3, 52.223-16 Alt 1, 52.225-3 Alt I, 52.225-13, 52.225-33 52.222-50, 52.232-18,52.232-33, 52.233-3, 52.233-4, 52.242-13, 52.247-39, 52.252-2,52.252-6, 52.253-1, 252-203-7000, 252.204-7003252.204-7004 Alt A, 252.209-7004, 252.225-7002, 252.225-7012, 252.232-7003, 252.232-7010, 252.243-7001,252.243-7002, 252.246-7000, 252.247-7023, 5352.201-9101. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. All quotes must be received by 7:00 P.M. Eastern Standard Time (EST) on 16 Sep 2010. via e-mail to michael.lee@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number. Questions concerning this solicitation should be e-mailed to michael.lee@afncr.af.mil or FAXED to (301) 981-3168. An alternate contact is Courtney Fluellen, e-mail courtney.fluellen@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-10-T-0090/listing.html)
 
Place of Performance
Address: HQ AFOSI/XRC, 1535 Command Drive, Ste. A309, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02271923-W 20100909/100908064315-c00214d84112aae5245c31af1d16074b (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.