SOLICITATION NOTICE
70 -- NetCop equipment for DCGS network monitoring
- Notice Date
- 2/6/2008
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4800-08-Q-BM08
- Response Due
- 2/11/2008
- Archive Date
- 2/26/2008
- Point of Contact
- Brye McMillon Jr, Contract Administrator, Phone 757-764-4918, Fax 757-764-7447, - Anissa Ragland, Contracting Officer, Phone 757-764-7483, Fax 757-764-7447
- E-Mail Address
-
brye.mcmillon@langley.af.mil, anissa.ragland@langley.af.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-08-Q-BM08. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21. This acquisition is set-aside for 100% Service Disabled Veteran Owned Business. The associated NAICS code is 423430 with a 500 emplyees size standard. This RFQ contains 22 lines item. The line item description is as follows: CLIN 0001 Product # VE-APPL, Virtual Enterprise Network Appliance with VE Modeler; Qty. 1 Each. CLIN 0002 Product # VEI-1000F, 2 Port Gb Ethernet Interface Card (Fiber); Qty. 1 Each. CLIN 0003 Product # VEI-1000C, 2 Port Gb Ethernet Interface Card (Copper); Qty. 1 Each. CLIN 0004 Product # VE-LOC-10, VE EndPoints ? 10 Pack; Qty. 1 Each. CLIN 0005 Product # VE-DSVM, Advanced Network Options ? QoS, DiffServ, MPLS, Mcast, Bcast; Qty. 1 Each. CLIN 0006 Product # VE-CTR-50, VE Network Cather ? 50 Sites/30 Days; Qty. 1 Each. CLIN 0007 Product # VE-JMPTRNG, Jump Start Training ? Per Day (1 to 5 Days); Qty. 2 Each. CLIN 0008 Product # VE-MES, Maintenance Enhancement & Support; Qty. 1 Each. CLIN 0009 Product # 409024-B21, Proliant DL140 G3 Hot Plug SAS/SATA Server, 2x Integrated Broadcom 10/100/1000 5721 NICs, 650W Power Supply, 100i Lights Out Remote Management; Qty. 3 Each. CLIN 0010 Product # 417770-L21, Dual Core Intel Xeon 5110 (1.6Ghz, 1066 FSB) Processor; Qty. 6. CLIN 0011 Product # 397413-B21, 4GB (2x2GB) Fully Buffered DIMM PC2-5300 Memory; Qty 6. CLIN 0012 Product # 416096-B21, SC44GE HBA ? SAS PCI-E (1x4Int/1x4Ext/Max 4 Drives RAID); Qty. 3. CLIN 0013 Product # 431944-B21, 300GB SAS HD ? 15K RPM, Hot Plug 3.5LP; Qty. 6. CLIN 0014 Product # 339778-B21, RIAD 1 Drive Set; Qty. 3 Each. CLIN 0015 Product # 395798-B21, HP DVD+RW Kit; Qty. 3 Each. CLIN 0016 Product 409347-B21, PCI-X Riser Card; Qty. 3 Each. CLIN 0017 Product # P72-01921, MS Windows Server 20003, R2, Enterprise Edition; Qty. 3. CLIN 0018 Product # R18-00134, MS Windows Server 2003 ? 1 Device CAL; Qty. 30. CLIN 0019 Product # R19-00134, MS Windows Server 2003 Terminal Server ? 1 Device CAL; Qty. 30 Each. CLIN 0020 Product 12527147, NetBackup Client Protect Win Server V6.0 License; Qty. 3. CLIN 0021 Product # 12527137, NetBackup Client Protect Win Server V6.0 1 Year Support; Qty. 3. CLIN 0022 Product # 105-1112-100, ATM OC3-MM NIC (SC Connect). End Item Description. Items 1-8 are manufactured by Shunra Software. Items 9-16 are manufactured by Hewelet Packard. Items 17-19 are manufactured by Microsoft, items 20 and 21 are manufactured by Symantec Corporation and item 22 is manufactured by Marconi Communications. Submittal of ?Or Equal? items are allowed under this solicitation. When quoting an ?or equal? item, offeror must submit all descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB point is Destination. The required delivery date is 11 March 2008. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, DFARS 252.246-7001, Warranty of Data applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Anissa S. Ragland (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: TSgt Anissa S. Ragland., 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Brye McMillon Jr. at 1 CONS/LGCB, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. A Firm Fixed Price award will be made to the responsible offeror who?s quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 11 February 2008, 1400 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCB, Attn: Brye McMillon Jr., Contract Administrator, Commercial Phone 757-764-4918, Fax 757-225-7443, E-mail brye.mcmillon@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost.
- Place of Performance
- Address: Langley AFB, Va
- Zip Code: 23665
- Country: UNITED STATES
- Zip Code: 23665
- Record
- SN01501698-W 20080208/080206224158 (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 |