Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

70 -- ADC Krone Pair Gains Brand name or equal

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W912KC-11-T-0012
 
Response Due
5/14/2013
 
Archive Date
7/13/2013
 
Point of Contact
Brian C. Ray, 717-861-6871
 
E-Mail Address
USPFO for Pennsylvania
(brian.craig.ray@us.army.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 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 requirement is issued as a request for quote (Reference number W912KC-11-T-0012. This solicitation is 100% SMALL BUSINESS, NAICS CODE 423430. The date, time and request for quote offers are due by: 1:00 P.M. EST on 17 MAY 2011 to brian.craig.ray@us.army.mil This requirement is for the following items: ADC Krone as described The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001- ADC Krone CARS-51-3W. Part #: 368293. ADC KRONE CARS-51-3W CAMPUS-RS REMOTE INTERNAL 100-240VAC PWR SUPPLY WITH 654-1033-02 PWRCORD $__________________EA - QTY 20 CLIN 0002- ADC Krone CAREX3 Part #: 427949. ADC KRONE CAREX3 CAMPUS INTERFACE MODULE 10/100 ETHERNET AUTO SENSING 4.6 MBPS WAN SPEED $__________________EA - QTY 20 CLIN 0003- ADC Krone CACLURS-02 Part #: 245560. ADC KRONE CACLURS-02 CAMPUS-RS STAR LINE HDSL TA E1 & 768 FULL DUPLEX CSA & U ADC 150-1159-01 $__________________EA - QTY 20 ******Items quoted can be brand name or equal. The total proposed price shall include product and delivery of equipment (FOB Destination). Equipment will be shipped to: Fort Indiantown Gap/Pennsylvania Army National Guard DCSIM BUILDING 11-66 FTIG ANNVILLE PA 17003 All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: www.fedbizopps.com Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing via e-mail to brian.craig.ray@us.army.mil not later than Tuesday 3 May 2011, 2:00 pm EST. All answers (on a non-attribution basis) will be posted not later than Friday 6 May 2011 at 4:00 pm EST. Telephone inquiries will not be accepted. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration at http://www.ccr.gov This solicitation will end on Tuesday 17 May 2011, 1:00 p.m. EST. Quotes received after this time will not be considered. Quotes must be emailed to brian.craig.ray@us.army.mil Quotes must include the vendors CAGE CODE, Tax ID Number, description of items, and pricing including shipping. FOB Destination shipping is required, If quoting EQUAL TO items, vendor must include detailed information regarding the EQUAL TO equipment. The Government will make an award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the best value to the Government. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.211-6, Brand Name or Equal, FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W912KC-11-T-0012/listing.html)
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
 
Record
SN02428564-W 20110421/110419235423-0c5543d648fdd024e64ff8fccf6d7c8c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.