Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

58 -- PESA Switching Systems CHEETAH Router 128NE - Continuation Sheet

Notice Date
8/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Media Center, 1363 Z Street, March Air Reserve Base, California, 92518
 
ZIP Code
92518
 
Solicitation Number
HQ0516-2164-0005-0001
 
Archive Date
8/28/2012
 
Point of Contact
Kathleen M. Hopkins, Phone: 3012226484
 
E-Mail Address
kathleen.hopkins@dma.mil
(kathleen.hopkins@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification & Approval Continuation Sheet - Page 2. Continuation Sheet - Page 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Synopsis/solicitation reference number HQ0516-2164-0005-0001 is being issued as a Request for Quotes (/RFQ) and incorporates the following with the word "quoter" substituted for "offeror". This acquisition is 100% small business set-aside under the Small Business Procurement Program. In addition, Quoters must be Registered Partners of PESA Switching Systems. The items requested herein are unique to the manufacturer. No substitutions shall be accepted. The Government shall consider quotes only from authorized resellers of equipment manufacturer under NAICS 423690. All items must be quoted FOB Destination. Provisions and clauses are those in effect through Federal Acquisition Circular 2005- effective 26 July 2012 and DFARS Publication Notice 20120724 effective 24 July 2012. (1) FAR 52.212-1 (Instructions to s - Commercial Items) (FEB 2012): (a) Re Para (a): NAICS 423690. (b) Note that Para (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (I) Quoter must use the attached CONTINUATION SHEET for pricing. (ii) PERIOD OF ACCEPTANCE OF QUOTE: Quotes offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of quotes will be considered non-responsive and will be rejected. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in Para (a) "Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation." Technical evaluation will be based on the quoter's certification that it is a Manufacturer's Registered Partner and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/specialization requirements. (3) QUOTE MUST BE RECEIVED NOT LATER THAN 2:00 PM EASTERN DAYLIGHT SAVINGS TIME ON 13 AUG 2012 IN ORDER TO BE CONSIDERED. Proposal may be emailed to kathleen.hopkins@dma.mil or sent via fax to (301) 833-4948. Due to unexpected technical issues, email and fax may result in your quote not arriving before the cut-off time; please allow extra time if you are sending your quote via electronic means. (4) Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (FEB 2012) with Alt 1 (APR 2011) or indication that Reps and Certs are in ORCA. SEE ATTACHED CONTINUATION SHEET. GSA or OPEN MARKET prices will be considered. Vendor shall certify that it is a Manufacturer's Registered Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer's certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all manufacturer's products submitted in this offer from manufacturer or through Manufacturer's Registered Partners only, in accordance with all applicable laws and current manufacturer's applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all manufacturer's software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer's Software." It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr.gov and follow the instructions. The Government will issue a contract to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.217-9 Option to Extend the Terms of the Contract (MAR 2000) FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAR 2012) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DMC/HQ0516-2164-0005-0001/listing.html)
 
Place of Performance
Address: Defense Media Activity, 6700 Taylor Avenue, Fort Meade, Maine, 20755, United States
Zip Code: 20755
 
Record
SN02831495-W 20120810/120809000531-c2483cb5ea15329cd1b42bf80a040c50 (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.