SOLICITATION NOTICE
70 -- Riverbed Steelhead Extended Warranty
- Notice Date
- 4/29/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- M678988RCDD114
- Point of Contact
- Joyce K. Wright,,
- E-Mail Address
-
joyce.wright@us.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR 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 is a Request For Quote (RFQ) and the solicitation number is M678988RCDD114. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Extended warranty for existing Riverbed Steelhead equipment for a base year plus one option year. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25 effective 22 April 2008, DFAR DCN 20080423, and AFFAR AFAC 2008-0128. FedBizOps Numbered Notes per FAR Part 5.207-13(e) apply: 1 and 13. The North American Industry Classification System code (NAICS) is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. The Standard Industrial Classification (SIC) is 5045, Computer Software, Packaged, Merchant Wholesalers. This requirement is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE. A firm fixed price contract will be awarded. All interested parties must bid on all items. DESCRIPTION OF REQUIREMENT: 4 Each - Steelhead 3020 Gold Support, Part #MNT-GLD-SHA-03020 (Base Year), for the following Serial Numbers: T23RW00050D98, T23WN000504D7, T23GW000504DB, and T23XW000504DE Period of Performance: 17 May 08 - 16 May 09 (Base Year) 4 Each - Steelhead 3020 Gold Support, Part #MNT-GLD-SHA-03020 (Option Year One), for the following Serial Numbers: T23RW00050D98, T23WN000504D7, T23GW000504DB, and T23XW000504DE Period of Performance: 17 May 09 - 16 May 10 (Option Year One) Please label CLIN 0001 Base Year and provide cost for each serial number then the total cost for the base year Label CLIN 0002 Option Year One and provide cost for each serial number then the total cost for option year one This is a Brand Name requirement, no OR EQUALs will be accepted. Award will be made to the quotation which offers the best value to the government. Multiple awards may be accomplished if any items are determined to be unbalanced. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Equipment is procured on behalf of Marine Corps Forces Central Command (MARCENT) 7115 S. Boundary Blvd, MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.217-5, Evaluation of Options; FAR 52.219-6, Notice of Total Small Business Set Aside; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-28, Post-Award Small Business Program Representative; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Wednesday, 7 May 2008 by 10:00 a.m. EST. Submit offers or any questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@macdill.af.mil. V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) Marine Corps Forces Central Command (MARCENT) currently has 4 Riverbed Steelhead 3020 systems connected to the MARCENT network. These systems were purchased to optimize traffic flow throughout the MARCENT data network. The current warranty will lapse on May 16, 2008. A substantial monetary investment was made to acquire an optimization system. Riverbed was the hardware which was purchased for MARCENT. Since the systems have been placed into production, it has been fully integrated into our network and every Marine and civilian employee has been trained on the system. This familiarization constitutes over 200 man-hours of training for the MARCENT G-6 staff. Given that the system is only a year old and still in prime working order, it is more cost effective for MARCENT to continue the current warranty. By continuing with the current Riverbed system, the only cost associated with the purchase would be the extended warranty itself. Purchasing a new system would require the initial cost of the system which would be in excess of $100,000.00 and the additional cost of training and installation. Furthermore, an extended warranty would still be required. By staying with Riverbed and just purchasing the extended warranty, there is no additional cost and there would be no impact to the network.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7b8da99ca6b6d230f7a18d5c1f4d9c9&tab=core&_cview=1)
- Place of Performance
- Address: 7115 S. Boundary Blvd, Tampa (MacDill AFB), Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN01563075-W 20080501/080429220022-b7b8da99ca6b6d230f7a18d5c1f4d9c9 (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 |