Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
DOCUMENT

D -- Renewal of Extreme Maintenance Agreement - Attachment

Notice Date
9/9/2010
 
Notice Type
Attachment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
Solicitation Number
M6785410T0037
 
Response Due
9/16/2010
 
Archive Date
9/23/2010
 
Point of Contact
Ryan Ksanznak 703-490-7226
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared by the Program Manager, Advanced Amphibious Assault (PM AAA), in Woodbridge, VA, in accordance with the format in 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. Solicitation M67854-10-T-0037 is issued hereto as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 and DFARS Change Notice (DCN) 20100820. This acquisition is set-aside 100% for small business under the authority of FAR 6.203. The applicable North American Industry Classification System (NAICS) Code is 423430 with a size standard of 100 employees. The requirement is to renew the Extreme Networks annual maintenance agreements for switches in use at the USMC locations in Woodbridge, VA, Camp Pendleton, CA and Hill AFB, UT. The quotations shall be for a one (1) year base period, plus two (2) one (1) year option periods. See the attached list of Extreme Networks items maintenance (with description and part number) to be procured. A Brand Name Justification is also attached. The following FAR Clauses/Provisions are incorporated by reference: 52.204-7 Central Contractor Registration; FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-3, Offeror Representations and Certifications, Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions, Commercial Items; FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; 52.217-5 Evaluation of Options; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor, Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;52.222-50 Combating Trafficking in Persons; 52.225-3 Alt 1, Buy American Act-Free Trade Agreements “ Israeli Trade Act; 52.225-13 Restrictions on Certain foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration; 252.212-7000, Offeror Representations and Certifications, Commercial items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Request; and 252.247-7023 Alt III, Transportation of Supplies by Sea. Full text of the referenced clauses and provisions may be accessed on-line at http://farsite.hill.af.mil. All quotations must include the following information: Company ™s complete mailing address, discounts for prompt payment, if any (e.g. 1% 10 days), CAGE Code, Dun & Bradstreet number, Taxpayer ID number, Far 52.212-3 filled in, and Unit Pricing. The Government intends to evaluate quotations based on price for all items on the attached list. The contractor must have current registration through Central Contractor Registration (CCR), http://www.ccr.gov to be eligible for award. The successful contractor shall be required to invoice through the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil. Quotations shall be submitted electronically to email ksanznakrm@efv.usmc.mil. No facsimile proposals will be accepted. Quotations are due no later than 5:00 p.m., EST on 16 September 2010. Additional information can be requested from Ryan Ksanznak, Contracting Specialist, 14041 Worth Avenue, Woodbridge, VA 22192 or emailed to ksanznakrm@efv.usmc.mil. Phone calls will not be accepted. A text copy of this announcement may be viewed at https://www.neco.navy.mil. It is the offeror ™s responsibility to check this web site for all information related to this procurement. All requests for hard copies of this solicitation will be disregarded. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410T0037/listing.html)
 
Document(s)
Attachment
 
File Name: M6785410T0037_List_of_Items.xlsx (https://www.neco.navy.mil/synopsis_file/M6785410T0037_List_of_Items.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/M6785410T0037_List_of_Items.xlsx

 
File Name: M6785410T0037_Brand_Name_Justification.doc (https://www.neco.navy.mil/synopsis_file/M6785410T0037_Brand_Name_Justification.doc)
Link: https://www.neco.navy.mil/synopsis_file/M6785410T0037_Brand_Name_Justification.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 14041 Worth Avenue, Woodbridge, Virginia
Zip Code: 22192
 
Record
SN02274571-W 20100911/100909235559-597dad2a39b28fa0d4915009f1832e4e (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.