Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

70 -- FastIron Super X

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W81XWG72410001
 
Response Due
9/15/2007
 
Archive Date
11/14/2007
 
Small Business Set-Aside
N/A
 
Description
(i) 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; propos als are being requested and a written solicitation will not be issued. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W81XWG72410001. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 (iv) The associated NAICS code for this acquisition is 443120 small business size standard is $8M annually. (v)Line Item 0001 4 each FastIron SuperX chassis bundle with 84 ports of 10/100/1000 Mbps Ethernet: one 8-slot FI SuperX chassis, one AC power supply, one fan tray module, one M1 management module with 12 combo copper/fiber Gigabit Ethernet ports, three 24-port 10/100/1000 Mbps RJ45 (SX-FI424C) Ethernet modules, included software features advanced Layer 2 and Base Layer 3 services (static routes and RIP advertisement) Line item 0002 20 each 24-port 10/100/1000 Gigabit Ethernet module for FastIron SuperX family. Line item 0003 4 each 90-240 VAC power supply for the FastIron SuperX family (vi) Purchase of FastIron Super X chassis, Ethernet Modules and power supplies for the Super X familyto include FOB destination. (vii)FOB destination: delivery to Fort Richardson, Alaska by October 15, 2007. (viii)The following provisions apply to this acquisition, FAR 52.212-1 Instructions to Offerors--Commercial (JAN 2006) (ix)FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) 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, price and ot her factors considered. The following factors shall be used to evaluate offers: Price will be a more significant evaluation factor than technical, availability and past performance combined. However technical capability of the item offered to meet the Gove rnment requirement, availability, and past performance will be weighed in conjunction with price (x) All offers must include a completed copy of the provision at FAR 52.212-3 offeror representations and certifications--commercial Items (JUN 2006) or be completed on the ORCA website. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (SEP 2005), (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive OrdersCommercial Items (SEP 2006), (xiii) 52.203-3  Gratuities, 52.203-6 -- Restrictions on Subcontractor Sales to the Government Alternate I, (Oct 1995). 52.204-7 -- Central Contractor Registration, 52.211-6, Brand Name or Equal, 52.214-21, Descriptive Literature, FAR 52.222-3, Convict L abor (JUNE 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-22 Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002), 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers With Disabilities.52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003), FAR 52.247-34 F.O.B. Destination (NOV 1991), 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate, 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006), DFAR 252 .204-7003 Control Of Government Personnel Work Product (APR 1992), DFAR 252.232-7003 Electronic S ubmission of Payment Requests (MAY 2006), DFRA 252.243-7002 Requests for equitable adjustment. DFAR 252.232-7010 Levies on Contract Payments (DEC 2006), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991 DFAR 252.209-7001 Disclosure of Ownershi p or Control by the Government of a Terrorist Country) (Xiv)The full text of clauses and provisions can be accessed at the following web addresses: www.acqnet.gov/FAR and www.acq.osd.mil/dpap/dars/dFARs/index.htm (xv) No applicable number notes (xvi) All offers are due no later than 3:00 PM, Alaska Time, 15 September 2007 via fax (907) 384-7112 or email jeffrey.c.roberts1@us.army.mil offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii)For further information contact Jeff Roberts @ (907) 384-7104.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01401108-W 20070912/070910221201 (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.