Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
MODIFICATION

70 -- LANGUAGE LAB EQUIPMENT

Notice Date
4/1/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
BUILDING 5700, FORT RUCKER, AL 36362
 
ZIP Code
36362
 
Solicitation Number
0010042820-01
 
Response Due
4/4/2011
 
Archive Date
10/1/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 0010042820-01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-50. The associated North American Industrial Classification System (NAICS) code for this procurement is 334113 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-04-04 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be CAMP SHELBY, MS 39402 The USA ACC MICC Fort Rucker requires the following items, Exact Match Only, to the following: LI 001, CISCO GLC-LH-SM (5) - THE GBICS WILL BE USED TO CONNECT TWO SWITCHES TOGETHER. (PART NUMBER: GLC-LH-SM), 5, EA; LI 002, CAT 5E 24 PORT PATCH PANEL AT - THE PATCH PANELS WILL BE USED TO HOUSE THE CABLE CONNECTIONS. IT WILL ALSO BE USED TO ORGANIZE THE AMOUNT OF CONNECTIONS GOING TO THE SWITCH WHICH WILL ALLOW FLEXIBLE ACCESS TO MODIFY CHANGES FROM COMPUTER TERMINALS TO THE SWITCH. (PART NUMBER 5G596-U24), 4, EA; LI 003, BLACK BOX 15U SELECT PLUS NETWORK CABINET - NETWORK CABINET IS USED TO ENCASE THE GBIC AND SWITCHES WHICH WILL PREVENT DAMAGE TO THE EQUIPMENT. THE FAN IS TO KEEP THE EQUIPMENT COOL, FREE FROM DUST, AND PREVENT FROM OVERHEATING. THIS WILL ALLOW FOR CONTINUOUS CONNECTIVITY. (PART NUMBER RM2510A), 1, EA; LI 004, CISCO 3750 G-48-TSS-RF - THE NETWORK SWITCHES WILL REPLACE THE OLDER MODEL SWITCHES (2450) THAT CURRENTLY RESIDE IN THE LANGUAGE LAB. UPGRADING THE SWITCHES WILL IMPROVE THE SPEED OF THE INTERNET CONNECTION. EACH COMPUTER TERMINAL WILL CONNECT TO THE SWITCH IN ORDER TO OBTAIN NETWORK CONNECTIVITY AND ACCESS THE INTERNET. (PART NUMBER WS-C3750G-48TSS-RF, 3, EA; LI 005, PANDUIT 48 PORT CAT 5E PATCH PANEL - THE PATCH PANELS WILL BE USED TO HOUSE THE CABLE CONNECTIONS. IT WILL ALSO BE USED TO ORGANIZE THE AMOUNT OF CONNECTIONS GOING TO THE SWITCH WHICH WILL ALLOW FLEXIBLE ACCESS TO MODIFY CHANGES FROM COMPUTER TERMINALS TO THE SWITCH. (PART NUMBER DP485E88TGY, 4, EA; LI 006, CAT 5E PVC CABLE (10,000 FT) - THE CAT 5 CABLE IS THE CABLE CONNECTING THE COMPUTER TO THE DATA JACK WHICH WILL BE RAN UNDER THE TRAILER TO THE CISCO 3750 (NETWORK SWITCH) WHICH WILL ALLOW EACH COMPUTER (80) TO ACCESS THE INTERNET. (PART NUMBER N028-01K-GY), 1, EA; LI 007, FACE PLATES - THE CAT 5 CABLE FROM THE COMPUTER WILL CONNECT TO THE JACK WHICH IS IN THE WALL OR ON THE FLOOR. THE FACEPLATE COVERS THE CONNECTION TO PREVENT INSTABILITY AND MOVEMENT IN THE NETWORK CONNECTION. (PART NUMBER 41080-2WP), 40, EA; LI 008, CAT 5E JACKS ATEZ - JACKS ARE THE CONNECTORS AT THE END OF THE CAT5 CABLE FROM THE COMPUTER. THE JACK INSERTS INTO THE WALL AND ALLOWS THE COMPUTER TO GET CONNECTIVITY. (PART NUMBER 03796), 80, EA; LI 009, INSTALLATION AND LABOR - VENDOR MUST TEAR OUT THE EXISTING OLD AND DAMAGED CABLES/WIRES AND SWITCHES THAT ARE CURRENTLY IN THE LANGUAGE LAB. VENDOR IS TO THEN REPLACE CABLES WITH NET CAT 5 CABLING UNDERNEATH THE TRAILER AND CORE THE FLOOR UP TO THE DESK LEGS WHERE WIRES WILL BE RAN TO THE EXISTING JACK LOCATIONS ON THE TABLES. THIS WILL PREVENT PERSONNEL FROM STEPPING ON THE CABLES WHICH CAN LEAD TO DAMAGE AND NETWORK DEGRADATION. THE VENDOR WILL NEED TO INSTALL THE CABINET WITH FAN KIT TO SUPPORT AND PROTECT THE NEW CISCO SWITCHES AND PATCH PANELS. 40 FACE PLATES WITH TWO PORTS EACH WILL BE USED TO ENCLOSE THE CAT 5 CABLE AS THEY COME OUT OF THE WALL AND FROM THE DESKS., 1, EA; LI 010, BLACK BOX 3-FAN UNIT FOR SELECT SERVER CABINET - THE FAN WILL BE PLACED TO BLOW INSIDE OF THE CABINET TO KEEP THE SWITCHES AND CABLES COOL WHICH WILL PREVENT OVERHEATING AND DEGRADATION OF SERVICES. (PART NUMBER RM2409), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Rucker intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Rucker is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/43fa6ce21b72fffb6bd15a5cfb31964e)
 
Place of Performance
Address: CAMP SHELBY, MS 39402
Zip Code: 39402
 
Record
SN02415314-W 20110403/110401234704-43fa6ce21b72fffb6bd15a5cfb31964e (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.