Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
MODIFICATION

59 -- Marvell # 88E1111-B2-CAA-I000, IC, Ethernet Transceiver, 96Pin BCC

Notice Date
9/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W81C39-MARVELL
 
Response Due
9/25/2011
 
Archive Date
11/24/2011
 
Point of Contact
Todd Kelley, 575.678.5995
 
E-Mail Address
MICC - White Sands Missile Range
(todd.g.kelley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the acquisition of a sole source (Brand Name) commercial item using simplified procedures in accordance with FAR Parts 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 334418, Size Standard 500 employees. Solicitation/Purchase Request number W81C39-Marvell is issued as a Request for Quote (RFQ). The solicitation pricing will start on the date this solicitation is posted and will end on September 25, 2011 at 6:00 p.m. Eastern Time. The Government has a requirement for the following items: CLIN 0001: 520 pieces of Marvell # 88E1111-B2-CAA-I000, IC, Ethernet Transceiver, 96Pin BCC Certificate of Conformance and Certificate of Traceability must be provided at time of delivery in order to be accepted by the government. No substitute Model Numbers or Manufacturers will be accepted for the Marvel components and that these genuine Marvel Ethernet components are purchased only through an approved "authorized distributor". ALL AUTHORIZED DISTRIBUTORS CAN SUBMIT QUOTES. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. No GREY market items. The North American Industry Classification System Code [NAICS] is 423690 and the size standard is 100 employees. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss or damage prior to actual delivery at the specified destination. Shipping prices are to be integrated into the quoted price. Shipping Zip Code: 88002 INSTRUCTIONS TO OFFERORS: All bids must be emailed to todd.g.kelley@us.army.mil or delivered to Todd Kelley, Bldg 143 Crozier Street Room 206, White Sands Missile Range, NM 88002 to be received no later than 6:00 p.m. Eastern Time, September 25, 2011. The award will be made to the responsible offeror whose quote represents the best value in terms of technical acceptability, price, and delivery duration offered which will be most advantageous to the Government. Quotes must be by an authorized individual of the company, and dated. Email any questions to todd.g.kelley@us.army.mil. OFFERORS: RESPOND TO ENTIRE REQUEST; IT CONTAINS IMPORTANT INFORMATION USED TO EVALUATE QUOTES. FAILURE TO INCLUDE ALL REQUIRED DOCUMENTATION/INFORMATION MAY RENDER YOUR OFFER NONRESPONSIVE. OFFERORS, PUBLISHED PRICE LISTS, TECHNICAL LITERATURE, ETC, MAY BE SENT. PLEASE REFERENCE THE SOLICITAION/PURCHASE REQUEST NUMBER ON ALL DOCUMENTS. Please submit the following information with each quote: DUNS NUMBER: __________________ CAGE CODE: __________________ TAXPAYER ID NUMBER: __________________ UNIT PRICE: _______________ TOTAL COST: ___________________ PROPOSED DELIVERY DATE AFTER RECEIPT OF ORDER: _______________ THE DATE THE OFFER EXPIRES: ___________________ PROMPT PAYMENT DISCOUNT TERMS_______________ VENDOR EMAIL ADDRESS: __________________ VENDOR POINT OF CONTACT: __________________ The Government requires that all contractors doing business with this agency must be registered in the Central Contractors Registration (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: www.bpn.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com or by phone at (800) 333-0505. 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 Provision 52.204-7 Central Contractor Registration APR 2008 FAR Provision 52.211-6, Brand Name or Equal. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. FAR Provision 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. FAR Clause 52.219-1, Small Business Program Representations. FAR Clause 52.222-3, Convict Labor (JUNE 2003) FAR Provision 52.222-19, Child Labor Cooperation with Authorities and Remedies. FAR Clause 52.222-21, Prohibition of Segregated Facilities. FAR Clause 52.222-26, Equal Opportunity. FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. FAR Clause 52.225-3, Buy American Act-North Free Trade Agreement Supplies. FAR Clause 52.225-13, Restriction on Certain Foreign Purchases. FAR Provision 52.225-18 Place of Manufacture SEP 2006 FAR Clause 52.232-18, Availability of Funds. FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Provision 52.252-2, Clauses Incorporated by Reference. DFAR Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFAR Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights JAN 2009 DFAR Clause 252.204-0001 Line Item Specific: Single Funding SEP 2009 DFAR Clause 252.204-7000 Disclosure Of Information DEC 1991 DFAR Clause 252.204-7003 Control Of Government Personnel Work Product APR 1992 DFAR Clause 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 DFAR Clause 252.212-7001CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2011 DFAR Clause 252-225-7001, Buy American Act And Balance of Payments Program. DFAR Clause 252.211-7003 Item Identification and Valuation (JUN 2011) (NONE) DFAR Clause 252.232-7003, Electronic Submission of Payment Request. DFAR Clause 252.232-7010 Levies on Contract Payments DEC 2006 DFAR Clause 252.243-7001 Pricing Of Contract Modifications DEC 1991 DFAR Clause 252.247-7023, Transportation by Sea and Air (xiii). 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) Provisions can be accessed at the following web address: http://farsite.hill.af.mil/farsite.html Point of contact for this RFQ is Todd Kelley at (575) 678-5995. Quotes can be e-mailed to todd.g.kelley@us.army.mil. No special format or form is required for your quote. Question Submission: Interested Offerors shall submit any questions concerning the solicitation via email to (todd.g.kelley@us.army.mil) no later than 21 September 2011. Questions received after this date, but prior to close of the solicitation may not be considered. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this RFQ. Offers are due not later than 6:00 PM, EST on September 25, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/53f3760d9bf1a441101436294ffe84fa)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02573474-W 20110915/110913235519-53f3760d9bf1a441101436294ffe84fa (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.