Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

60 -- DSL EQUIPMENT

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0274
 
Response Due
9/5/2011
 
Archive Date
9/6/2011
 
Point of Contact
HAROLD GRAY 910-451-1724 LISA WILLIAMS 910-451-1724
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for DSL EQUIPMENT prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit a response, which if timely received must be considered by the agency. The solicitation number M6700111Q0274 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFAR Change Notice 20110819. This proposed acquisition is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 334290 and the small business size standard is 750. This solicitation is for Brand Name or Equal items. The Government intends to issue a single award to the lowest price technically acceptable offeror. DSL EQUIPMENT CLINN 0001: LRS-102/DCR/CLS1 LRS-102 12-SLOT OR EQUAL. SALIENT CHARACTERISTICS: TRANSPARENT RACK WITH SNMP Management, redundant DC power, single CLS.1 with station clock. Qty 13 each. CLINN 0002: RADCAREL2 RADcare level 2 OR EQUAL. SALIENT CHARACTERISTICS: Dedicated toll free Telephone support 24x7, priority handling of calls, replacement parts ship NBD. Pricing unit is per year. Qty 13 each. CLINN 0003: ASMI-54C/ETH/ UTP OR EQUAL. SALIENT CHARACTERISTICS: Ethernet over SHDSL. Bis 8- port Module, for LRS-102 (two physical Ethernet ports), (requires cable CBL-DB26-8SHDSL) - includes 1 year RADcare L2. Qty 35 each. CLINN 0004: CBL-DB26-8SHDSL OR EQUAL. SALIENT CHARACTERISTICS: Cable for splitting a single 26-pin connector into 8 x RJ-45 connectors. Qty 35 each. CLINN 0005: ASMI-54L/4ETH/2W SHDSL OR EQUAL. SALIENT CHARACTERISTICS: bis Modem, 4 port Ethernet, 2 wire operation-includes 1 year RADcare L2. Qty 60 each. CLINN 0006: ASMI-54L/4ETH/4W G. SHDSL OR EQUAL. SALIENT CHARACTERISTICS: bis Modem, 4 Ethernet ports, 4 wire version-includes 1 year RADcare L2. Qty 20 each. CLINN 0007: RM-MP-MX-23/19 OR EQUAL. SALIENT CHARACTERISTICS: Rack mount kit for Megaplex. Qty 13 each. This is in support of Marine Corps Base, Camp Lejeune, North Carolina 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications- Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; www.farsite.hill.af.mil. Applicable clauses cited in FAR 52.212-5 are: FAR 52.204-10 Reporting Subcontract Award; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52-232-33 Payment by Electronic Fund Transfer; DFARS 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 AltA Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications. Applicable clauses cited in DFARS 252.212-7001: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quoters are to include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerer has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (b) through (i) of this provision. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Offeror is required to provide their Federal Tax ID Number, Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters shall be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1 and complete clause FAR 52.212-3 (ORCA). This solicitation is for brand name or equal items. An award will be made to the offer who provides the quote that represents the lowest price technically acceptable (LPTA). The closing date for this solicitation is 5 September 2011 at 11:00 (11:00 AM) EST. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote, certificates, and questions to harold.gray@usmc.mil or fax to (910) 451-2193.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0274/listing.html)
 
Record
SN02555438-W 20110901/110830235848-4f2fdf219464fee7129aefa0e2ee3362 (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.