Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

58 -- CISCO Timing Control

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375
 
ZIP Code
09136-5375
 
Solicitation Number
HC1021-06-T-2057
 
Response Due
9/14/2006
 
Archive Date
9/29/2006
 
Description
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; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization, Unit 4235 Box 143, APO AE 09142 or Heuberg 143, Sembach Germany 67681. RFQ No HC1021-06-T-2057 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-11 and Defense Acquisition Circular 91-13. The requirement is a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. The proposed acquisition will require the contractor to provide CISCO equipment... The contract will consist of two (2) line items: CLINs 0001 thru 0002 as follows: CLIN 0001 Quantity/Unit of issue: Fifty-one (51) each; Description: CISCO Timing Communications Control Two Plus I-Temp; Brand Name Only; Manufacturer (MFG) Part Number: 15454-TCC2P-K9; CLIN 0002 Quantity/Unit of issue: Quantity/Unit of issue: One (1) Lot; Description: Shipping; F.O.B. Destination to: US Postal System Address, USAFE CSS/SCML, UNIT 3325 APO AE 09094 or USAFE CSS/SCML ATTN: TSGT STEVE PECHT, FLUGPLATZ POST BLDG. 404 ROOM 5 RAMSTEIN-MIESENBACH GERMANY 66877, no later than 30 days after receipt of order (ARO) unless otherwise detailed on the quotation. Any variation to the requested delivery date shall be provided as the number of days after receipt of order with quote. The Government intends to trade-in fourteen (51) pieces of CISCO equipment for a credit. Detail the credit, if applicable, on the quotation. These devices will be returned to the vendor upon successful receipt of new replacement equipment. A shipping address should be included on the quotation and any necessary return authorization. The trade-in items are as follows: Fifty-one (51) CISCO Timing Communications Control Two Plus I-Temp CISCO POINT OF CONTACT FOR TRADE-IN CREDIT IS AS FOLLOWS: MARK SEARIGHT ACCOUNT MANAGER UNITED STATES ARMED FORCES EUROPE - MIDDLE EAST /AFRICA JANDERSTRASSE 8 68188 MANNHEIM GERMANY DIRECT: +49-170-792-6778 PAGE: MSEARIGH@EPAGE.CISCO.COM EMAIL: MSEARIGH@CISCO.COM The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers? Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items;. 252.212-7000, Offeror Representations and Certifications ? Commercial Items or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov/; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7004, 252.212-7001, 252.212-7001(b),. 52.212-2, Evaluation ? Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, lowest price, technically acceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on SF 1449, letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show ? (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) ?Remit to? address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or certification that they have been completed via ORCA; (8) Acknowledgment of Synopsis/Solicitation Amendments; (9) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. (10) EFT Information All unit prices are firm fixed. Quotations are due no later than 1000 EST 14 September 2006 Brand Name Justification is included below. Section 508 applies. Fax or email your proposals to DITCO/PL512, Attn: Tiffany C Boatwright, Tiffany.Boatwright@disa.mil, Unit 4235 Box 143, APO AE 09142 49+ 63029227512. Oral proposals are not acceptable. All FAR/DFAR clauses can be obtained at www.far.npr.gov & http://farsite.hill.af.mil/VFFARa.htm). No numbered notes apply. DEFENSE INFORMATION SYSTEMS AGENCY (DISA) DEFENSE INFORMATION TECHNOLOGY CONTRACTING ORGANIZATION - EUROPE LIMITED SOURCE JUSTIFICATION TO PROCURE CISCO EQUIPMENT USING OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of Section 201 of the Federal Property and Administrative Services Act of 1949 (40 U.S.C.501), FAR Subpart 8.405-6. 1. Agency and Contracting Activity The requiring activity for this action is USAFE CSS/SCML, Ramstein Air Force Base, Germany. The contracting activity is DISA/DITCO Europe, Building 143, 67681 Sembach-Heuberg, Germany. 2. Nature/Description of Action Requirement is for the purchase of Cisco Synchronous Network Equipment (SONET) is for the upgrade of the USAFE, Technical Control Facilities (TCF) under the HQ USAFE TCF Modernization Program. 3. Description of Supplies/Services The requirement is for 51 CISCO Timing Communications Control Two Plus I-Temp, Part number: 15454-TCC2P-K9. 4. Identification of Statutory Authority (40 U.S.C. 501), Section 201 of the Federal Property and Administrative Services Act of 1949, FAR Subpart 8.405-6. 5. Demonstration of Contractor?s Unique Qualifications. This is a part of on-going 51 million dollar MAJCOM-wide Modernization Program and the continued integration and implementation of a Technical Control Facility (TCF) Modernization Program. The first installation was started in FY04 at Aviano, Italy and will continue through 2008. This product is also a standard device for the base infrastructure backbone currently being installed by the Combat Information Transport System (CITS) Project Air Force wide. Currently there are 31 of these devices installed at five bases. This product is an upgrade to the existing controller cards already installed across the theater. As such, award of another brand would result in substantial duplication of costs to the Government that is not expected to be recovered through competition. These costs include re-engineering, re-certification, and retraining of Government personnel on newly acquired non-standard equipment. Therefore, the purchase of other brand equipment would add unforeseen costs to the overall TCF Upgrade Program. The CISCO SONET product line has a proprietary integrated management capability that ensures consistency in the design, continuity of training, ease of use, and interoperability. Furthermore USAFE/A6 is deploying an enterprise remote monitoring and management solution command-wide, which further justifies the CISCO solution as it allows the USAFE Network Operations and Security Center to use a single tool to manage all USAFE SONET equipment. 6. FedBizOpps Announcement/Potential Sources IAW FAR Part 5.202(a)(11), no announcement will be made to FEDBIZOPPS due to the fact that the award will be made to a pre-awarded GSA Schedule. Numerous sources exist that provide CISCO equipment and significant sources will be solicited for quotes via GSA schedule. At least three GSA/federal schedule holders will be solicited for quotes. 7. Determination of Fair and Reasonable Price The requirement will be competed with resellers of the equipment to ensure prices are fair and reasonable. 8. Description of Market Research While brand name CISCO equipment may be restrictive, market research indicates there are several resellers of CISCO equipment. The research that produced the overarching solution for the USAFE TCF Modernization Program included the evaluation of several technologies and equipment manufacturers. This included CISCO, Acorn, NET, Marconi, Carrier Access, Nortel Networks, and Timplex to name a few. The evaluation consisted of personal experiences of USAFE personnel, review of product documentation obtained from the web, vendor provided demonstrations and product documentation, review of currently fielded equipment, and GSA schedule and retail pricing lists. Based on the evaluations; an equipment suite was chosen based on capabilities, integration, and price. This solution included the selection of the CISCO SONET product line as the optical layer multiplexer. 9. Supporting Facts This brand name of equipment is requested to maintain uniformity, common troubleshooting and maintenance techniques, a standardized training program and economy of resources across the USAFE Theater. 10. Listing of Interested sources: Any reseller or wholesaler of these products with competitive prices will express interest. 11. Actions taken to remove barriers to competition: USAFE must remain with the CISCO product line to ensure continuity, compatibility and consistency of existing equipment; and market research indicates that there are enough resellers of this product line to promote competition. 12. Statement of Period of Performance and/or Delivery Schedule The Government anticipates a 30-day delivery period after contractor?s receipt of order. 13. Reference to Approved Acquisition Plan (AP) Not applicable. 14. Section 508 Compliance Required Section 508 documentation has been provided. 15. This equipment has been JITC (Joint Interoperability Test Command) certified.
 
Record
SN01139183-W 20060913/060911220101 (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.