Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

70 -- Cisco Equipment - Package #1

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-12-F-7055
 
Archive Date
4/26/2012
 
Point of Contact
Colette Bergin, Phone: 9376567406
 
E-Mail Address
colette.bergin@wpafb.af.mil
(colette.bergin@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Bill of Materials Redacted J&A DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. The Government reserves the right to award without discussions. The solicitation document, FA8604-12-F-7055, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-56. This requirement is for the following brand name Cisco products: CLIN Item Description QTY 0001 WSC3750X-12S-S 3750X switch with 12 SFP ports; POE 1 0002 GLC-GE-100FX= 100MB SFP for GE port 7 0003 CON-SNT-C375X12S SMARTNET 8X5XNBD Catalyst 3750X 12 Port SFP Full PoE IP Base 1 0004 GLC-SX-MM= GE SFP, LC connector SX transceiver 1 0005 GLC-GE-100FX= 100MB SFP for GE port 5 0006 GLC-LH-SM= GE SFP, LC connector LH/ LX transceiver 1 0007 WSC3750G-12S-S 3750G switch with 12 SFP ports 1 0008 CON-SNT-3750G12S SMARTNET 8X5XNBD Catalyst 3750G 12 Port SFP IP Base 1 0009 WS-C3750x-24S-S Cisco 3750X 24 SFP gigabit ports 1 0010 GLC-GE-100FX= 100MB SFP for GE port 10 0011 CON-SNT-C375X24S Extended service agreement (replacement) 8x5 - NBD for WS-C3750X-24S-S 1 0012 CAX-C6-GN-BT-15FT Cat-6 UTP 15' Patch Cable 1 0013 CFT2062 MM ST to UTP 10/100MB Media Converter 1 0014 7206FRA Front and Rear Mount Adjustable Shelves 22.5" 2 0015 SEWP Fee 1 Delivery is 30 days After Receipt of Order (ARO) Ship to: 88CG/SCXPR, 5237 Cooper Street, Bldg. 258, Door 3, Wright-Patterson AFB, OH 45433, FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certificates electronically at the ORCA website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition All items must be TAA compliant. DPAS rating is DO-A7. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 20 APR 2012 Howard Marks has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed above or you contact the Ombudsman at (937) 255-8642 or via email at: howard.marks@wpafb.af.mil. Proposals are due by 12:00 Noon EST 11 Apr 2012. Proposals shall be sent via email to Colette.bergin@wpafb.af.mil. Any questions regarding this acquisition should be directed to Colette Bergin, (937) 656-67406 or by e-mail. All information regarding this acquisition will be posted on NASA SEWP at http://www.sewp.nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-12-F-7055/listing.html)
 
Place of Performance
Address: 88CG/SCXPR, 5237 Cooper Street, Bldg. 258, Door 3, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02715615-W 20120407/120406000336-fe6dc1a1133eac009f4d4de91951e0e7 (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.