Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
MODIFICATION

59 -- Technical Control Facility Equipment - Quote Sheet

Notice Date
3/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
 
ZIP Code
09824-0280
 
Solicitation Number
FA5685-12-Q-0020
 
Archive Date
4/6/2012
 
Point of Contact
Lucas Skillman, Phone: 011-90-322-316-8075, ,
 
E-Mail Address
lucas.skillman@incirlik.af.mil, 39cons.lgcb@incirlik.af.mil
(lucas.skillman@incirlik.af.mil, 39cons.lgcb@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This quote sheet is provided to assist vendors in submitting their quote. Use of this document is not mandatory. Vendors shall input the correct manufacturer and part number for each item quoted. Amendment 02: The purpose of this amendment is to correct the part number for CLIN 0012. The part number for CLIN0012 has changed from 7512K613 to 7125K682. Please see CLIN 0012 for the updated part number. Amendment 01: The purpose of this amendment is to correct the part number for CLIN 0012. The part number for CLIN 0012 has changed from 7512K692 to 7512K613. Please see CLIN 0012 for the updated part number. ATTENTION POTENTIAL OFFERORS: (i) 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 no other solicitation will be issued. (ii) The solicitation number is FA5685-12-Q-0020. The solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, DFARS Change Notice 20120224, and Air Force Acquisition Circular 2012-0104. (iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to established economic agreements between the United States Government and the Government of Turkey, the U.S. Air force intends to award this solicitation to a business concern within the country of Turkey. If award cannot be made to a Turkish vendor, the US Government reserves the right to award to a non-Turkish vendor. The NAICS code assigned to this acquisition is 423690. (v) There are EIGHTEEN (18) contract line item numbers (CLINs). Line items 3-11 & 17-18 must be the brand name requested (see Brand Name Justification & Approval (J&A)). Line items 1-2 & 12-13 are Brand Name or EQUAL. **If exact item is not quoted (see FAR 52.212-1(b)(4)) a specification sheet, catalog photo or other information must be provided that provides sufficient detail for the United States to determine whether or not the substituted product(s) quoted can satisfy the need** A quote sheet is provided in the attached to utilized if needed. CLIN 0001: ADC DSX Bantam patch panel (48 port, wire wrap)-ADC-PJ721W (Brand name or EQUAL)) QUANTITY: 7 Each CLIN 0002: ADC PatchMate 18-port chassis (holds ADC patch panels)-ADC--PMCH-2 (Brand name or EQUAL)) QUANTITY: 2 Each CLIN 0003: Alarm Card-Cisco-15454-AIC-I (BRAND NAME ONLY) QUANTITY: 2 Each CLIN 0004: Cisco ONS Patch Cord, UBIC-H (25 ft. each)-Cisco 15454-CADS1-H-25 (BRAND NAME ONLY) QUANTITY: 4 Each CLIN 0005: DS1/E1 Card (56 Port)-Cisco-15454-DS1E1-56 (BRAND NAME ONLY) QUANTITY: 9 Each CLIN 0006: DSX Backplane(A Side)-Cisco-15454-EIA-UBICH-A (BRAND NAME ONLY) QUANTITY: 2 Each CLIN 0007: 0.5m StackWise Cable-Cisco-72-2632-01 (BRAND NAME ONLY) QUANTITY: 2 Each CLIN 0008: Juniper External Clock Module-Juniper-CLOCK-RTM (BRAND NAME ONLY) QUANTITY: 8 Each CLIN 0009: Juniper EIA530 RS-232 DS1/E1 8-Port IM Card- Juniper -CTP-2000-IM-8PT1 (BRAND NAME ONLY) QUANTITY: 10 Each CLIN 0010: Juniper EIA530 RS-232 DS1/E1 (RJ-45 twisted pair) Card-Juniper- CTP- 2000-IM-8P-T1E1 (BRAND NAME ONLY) QUANTITY: 12 Each CLIN 0011: Juniper 1000/100/10BaseT SFP Module-Juniper CTP-SFP-1GE-T (BRAND NAME ONLY) QUANTITY: 10 Each CLIN 0012: #6 AWG wire, stranded (100-ft. lengths, black) McMaster-Carr 7125K682 (Brand name or EQUAL) QUANTITY: 3 Each CLIN 0013: RS-530 Cable, DB-25 male-to-DB25 male, plenum-rated, solid metal backshells, 10ft-Stonewall- Cable SC-7561-MM (Brand name or EQUAL) QUANTITY: 10 Each CLIN 0014: RS-530 Cable, DB-25 male-to-DB25 male, plenum-rated, solid metal backshells, 20ft- Stonewall- Cable SC-7561-MM (Brand name or EQUAL) QUANTITY: 10 Each CLIN 0015: Cable, 28 AWG, 12.5 pair, shielded, 500 feet -Belden- 8142-060500 (Brand name or EQUAL) QUANTITY: 1 Each CLIN 0016: Manual Pistol grip tool for DB-25 connectors- Tyco-608868-1 (Brand name or EQUAL) QUANTITY: 2 Each CLIN 0017: Juniper CTP SCSI to 4xDB25 (DCE) cable, 25 ft (Amplimite J1 connector and cord)- Juniper CTP-CBL-4Q 80 (BRAND NAME ONLY) QUANTITY: 80 Each CLIN 0018: Juniper CTP DCE test cable, 25 ft (Amplimite J1 connector and cord) (BRAND NAME ONLY) QUANTITY: 5 Each (vi) Delivery location is Incirlik Air Base, Adana, Turkey on a FOB Destination basis. The number of days required to deliver the items listed in paragraph (v) to this address must be specified in the quote. (vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda is made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be submitted in the English Language. Quotations received not in English will not be considered. (viii) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The last criteria is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (ix) The provision at 52.212-3 Alternate I, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (27), (38), (42) & (47). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (a) 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) and paragraph (b) - (1), (21), (23) & (29)(i) are considered checked and applicable to this acquisition. (xii) The following twelve (12) additional contract clauses apply to this acquisition: (1) FAR 52.204-7 Central Contractor Registration (2) FAR 52.211-6 Brand Name or Equal (3) FAR 52.225-14 Inconsistency Between English Version & Translation of Contract (4) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) (5) FAR 52.233-2 Service of Protest (6) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (7) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil (8) DFARS 252.225-7041 Correspondence in English. (9) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (10) DFARS 252.233-7001 Choice of Law (Overseas). (11) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: Ms. Tara Petersen, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: tara.petersen@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Ms. Heidi Hoehn, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: heidi.hoehn@ramstein.af.mil, Tel: 0049-637-147-2026, Fax: (49)-6731-47-2025. (12) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xiii) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xiv) Quotations are due by 3:00 PM local time on 22 MARCH 2012 and MUST be valid for 30 calendar days. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xv) Contact TSgt Lucas Skillman at E-Mail Lucas.Skillman@incirlik.af.mil or 39CONS.LGCB@incirlik.af.mil or Tel: 0-322-316-8075 or Fax: 0-322-316-1090 for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-12-Q-0020/listing.html)
 
Place of Performance
Address: B477, Incirlik AB, Turkey, Non-U.S., Turkey
 
Record
SN02701662-W 20120322/120321000639-8a98dfa307e67233f55552bef9dd00a8 (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.