MODIFICATION
70 -- GBIC's
- Notice Date
- 9/18/2006
- Notice Type
- Modification
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3100-6216-3003
- Response Due
- 9/18/2006
- Archive Date
- 10/3/2006
- Description
- New products only. 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 a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3100-6216-3003. The Defense Distribution Center located in New Cumberland, PA has a requirement for Cisco Switches for the Defense Distribution Center Susquehanna Pennsylvania (DDSP). For business size standards, this is an unrestricted acquisition. This is a brand name acquisition due to compatibility and standardization for the Cisco and Enterasys GBICs. A written justification to limit sources has been executed in accordance with FAR 6.3. Additional information is available from the Contract Specialist POC. CLIN 0001 is for twenty 2 Meter LC/ST Duplex Multimode Cables (quantity required is 20). CLIN 0002 is for twenty 2 Meter LC/ST Duplex Single Mode Cables (quantity required is 20). CLIN 0003 is for twenty 3 Meter LC/SC Duplex Multimode Cables (quantity required is 20). CLIN 0004 is for twenty 2 Meter LC/SC Duplex Multimode Cables (quantity required is 20). CLIN 0005 is for one hundred ten 2 Meter LC/SC Duplex Single Mode Cables (quantity required is 110). CLIN 0006 is for one hundred thirty five part number GLC-SX-MM, Cisco SFP MM SX (quantity required is 135). CLIN 0007 is for thirty part number GLC-LH-SM, Cisco SFP SM LH (quantity required is 30). CLIN 0007 is for ten part number MGBIC-LC01, Enterasys SFP MM SX (quantity required is 10). CLIN 0008 is for ten part number MGBIC-LC09, Enterasys SFP SM LH (quantity required is 10). Offerors shall provide the unit price for CLIN and the total amount, inclusive of shipping costs (FOB Destination). Equipment shall be shipped to the Defense Distribution Center Susquehanna PA (DDSP), Mechanicsburg, PA. Note: Desired delivery schedule is 7 days ARO. Please note the delivery schedule on your quotation. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-11. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include FAR 52.203-3, DFARS 252.232-7010, DFARS 252.247-7023; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price who can meet our delivery. NOTE: Vendor shall certify that it is a Manufacturer Authorized Channel Partner as of the date of the submission of their offer, 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. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with all applicable laws and 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 software is licensed originally to Buyer as the original license authorized to use the Manufacturer Software. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to karen.ghani@dla.mil, Request for Quote Number SP3100-6216-3003. Prices and representations/certifications are required NLT 12:00 PM EST on September 18, 2006. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Place of Performance
- Address: Defense Distribution Center Susquehanna
- Zip Code: 17855
- Country: UNITED STATES
- Zip Code: 17855
- Record
- SN01146569-W 20060920/060918220101 (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 |