SOLICITATION NOTICE
70 -- Aruba Wireless Network System
- Notice Date
- 7/26/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8751-07-Q-0426
- Response Due
- 8/6/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-07-Q-0437 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070531. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 334210 and small business size standard of 1000 employees. The offeror shall provide the following items on a firm fixed price basis: Item 1: Mobility Controller Qty: 1 Manufacturer: Aruba Networks Part No.: 800-16-TX-AOS-STD-FIPS Description: A800-16 Mobility Controller - SPOE, 1000Base-T GigE-16 AP Limit, FIPS and TAA compliant Item 2: Policy Enforcement Module Qty: 1 Manufacturer: Aruba Networks Part No.: LIC-800-PEF Description: Policy enforcement firewall module for A800-16 (Single switch license) Item 3: Wireless Intrusion Module Qty: 1 Manufacturer: Aruba Networks Part No.: LIC-800-WIP Description: Wireless intrusion protection module for A800-16 (Single switch license) Item 4: XSec Security Module Qty: 1 Manufacturer: Aruba Networks Part No.: LIC-800-XSC Description: xSec module for A800-16 (Single switch license) Item 5: AC Power Cord Qty: 1 Manufacturer: Aruba Networks Part No.: PC-AC-NA Description: Power cord AC Item 6: Wireless Access Point Qty: 4 Manufacturer: Aruba Networks Part No.: AP-61 Description: Wireless access point, compatible with Aruba A800-16 mobility controller Item 7: Wall Mount Kit Qty: 4 Manufacturer: Aruba Networks Part No.: AP-60-MNT Description: Wall mount kit for Aruba 60/61 access point Item 8: Power Supply Qty: 4 Part No.: PD-3001-AC Manufacturer: Aruba Networks Description: 1 port PowerDsine POE mid-span, power over ethernet power supply Item 9: Network Support System Qty: 1 Manufacturer: Aruba Networks Part No.: SUPP-SYSTEM Description: Wireless network system support, ArubaCare system support, 1 year Item 10: Access Point Support Qty: 1 Manufacturer: Aruba Networks Part No.: SUPP-AP Description: Access point support, ArubaCare AP support, 1 year Brand Name Justification: AFRL/IFGB requires the Aruba Networks equipment in order to replicate and integrate with a larger scale system being procured by the Electronic Systems Center. The larger scale system will be installed at bases as part of the Combat Information Transport System. The current requirement will replicate the larger scale system to enable in-house wireless laboratory research and development. The replication will assist technologies under development to transition Air Force wide.Compatibility with the larger scale system is required. There are no other manufacturers that offer compatible products. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB destination point is AFRL/IF, Rome NY. Offerors shall provide at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda: (b) Written quotes are due by 3 PM Monday 06 August 2007. Submit to: AFRL/IFKO, Attn: Richard Childres, by email at richard.childres@rl.af.mil, by fax to 315-330-7513, or by mail to 26 Electronic Parkway, Rome NY 13441-4514. (b)(4) Submit a technical description of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within five (5) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. 52.212-2 Evaluation-Commercial Items. The Government intends to award a firm fixed price contract as a result of this RFQ to the responsible offeror whose quote is the most advantageous based on price and technical capability. Both factors are of equal importance. 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (k) of this provision with their quote. 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. The following additional FAR clauses cited within the clause also apply: 52.219-6 Notice of Total Small Business Set Aside 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 252.225-7001 Buy American Act and Balance of Payments Program 252.227-7015 Technical Data Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following FAR, DFARS, and AFFARS clauses and provisions also apply: 52.204-7 Central Contractor Registration 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference, with the following internet addresses filled-in: http://www.arnet.gov/far or http://farsite.hill.af.mil 252.204-7004 (Alt A) Required Central Contractor Registration Alternate A 252.211-7003 Item Identification and Valuation 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7002 Qualifying Countries as Subcontractors 252.232-7010 Levies on Contract Payments 5352.201-9001 Ombudsman with the following filled in: Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Point of Contact Richard Childres, Purchasing Agent, Phone 315-330-4194, Fax 315-330-7513, Email richard.childres@rl.af.mil
- Record
- SN01353259-W 20070728/070726221219 (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 |