Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

70 -- Brand Name Mandatory Nortel BayStack Switches

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-T-0176
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
Description
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. Simplified procedures as described in FAR 12.3 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-05-T-0176 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 12.3, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and Defense Federal Acquisition Regulations Supplement Revision 20050726. The Government intends to award a contract on a sole source basis for BRAND NAME MANDATORY ITEMS from Nortel Networks, under the authority of FAR 6.302-1. Contract type will be firm-fixed price. Nortel holds proprietary rights to the source code and is the only source of the necessary Lan Switches meeting the Government?s minimum requirements and is compatible with equipment already in use for the EC3 Project. Nortel Networks Inc is located at 2010 Corporate Ridge Ste 850, McLean VA 22102-7858. The contract line item numbers (CLIN) and descriptions for this sole source procurement are: ** CLIN 0001 P/N)AL1001E03, BayStack 5510-48T 10/100/1000 Ethernet Switch with 48 ports plus 2 fiber mini-GBIC slots and built-in stacking ports including a 1.5 foot cascade Cable (Qty of 4 EA); CLIN 0002 P/N)AL1001E04, BayStack 5510-48T 10/100/1000 Ethernet Switch with 24 ports plus 2 fiber mini-GBIC slots and built-in stacking ports including a 1.5 foot cascade Cable (Qty of 2 EA) CLIN 0003 P/N)AL1001E06, BayStack 5520-24T PWR Power over Ethernet Switch with 24 ports (Qty of 8 EA); CLIN 0004 P/N)AA1419014, 1-port 1000BASE-SX SFP GBIC (MT-RJ connector), (Qty 28 EA); CLIN 0005 P/N) AL2018013, BayStack 5510-SSC Cascade Cable (10 feet). (Qty 3 EA); CLIN 0006 P/N) AL2018014, BayStack 5510-SSC Cascade Cable (5meter/16.4 feet) (Qty 4 EA)** Interested persons may identify their interest and capability to respond to the requirement or submit proposals to provide the brand name items cited above. The North American Industry Classification Systems (NAICS) code for this requirement is 334119, with a size standard of 1000 employees. The proposal, along with completed representations and certifications is due by 23 August 2005. Award is anticipated no later than 6 September 2005 with a delivery date of on or before 30 Sept 2005. FOB Destination to Receiving Officer, BLDG 8115, Villa Road Unit 11, St. Inigoes, MD 20684-0010. NAWCAD, Webster Field Annex at St. Inigoes, MD is designated as an operational restricted area. In accordance with the provisions of NASPAXRIVINST 5230.1A, foreign nationals must be escorted by Government personnel for the entire duration of a visit to such facility. As a result be advised that delivery truck drivers intending to enter this facility with purpose of delivering material/equipment contracted for in this purchase order/contract must be a U.S. Citizen. It is operationally unfeasible and inefficient for the Government to provide 100% escort for a foreign national in such instances. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (MAR 2005) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2005) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (31 U.S.C 3553) and (2) 52.233-4 Applicable Law for Breach of Contract Claim (Pub. L.108-77, 108-78) (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.222-3, Convict Labor (June 2003), (2) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jun 2004), (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **End of clause** DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2005) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7001, Buy American Act and Balance of Payment Program (JUN 2005) (41 U.S.C. 10a, -10d, E.O. 10582. (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). The clause at 252.211-7003 Item Identification and Valuation (JUN 2005) applies to this RFQ. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES . However, responsible interested parties may submit information in which they identify their interest and capability. Quotes are due to JoAnn Gough, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 10:00 A.M. Eastern Standard Time, 23 August 2005. Facsimile proposals shall be accepted. The Government will not pay for any information received. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. For information regarding this solicitation or copies of FAR provision 52.212-3 and DFARS clause 252.211-7003 contact JoAnn Gough, Code 251212, Tele#301-995-8690 or via e-mail: Joann.Gough@navy.mil If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-995-8670) or telephone (301-995-8690). **END SYNOPSIS/SOLICITATION #N00421-05-T-0176. **
 
Place of Performance
Address: TBD
 
Record
SN00870779-W 20050817/050815212431 (fbodaily.com)
 
Source
FedBizOpps.gov 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.