Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

70 -- CISCO IP COMPONENTS

Notice Date
1/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0CY8339AG01
 
Archive Date
2/14/2009
 
Point of Contact
Manivanh S. Mundy,, Phone: 850-882-0335, Oscar J. Casillas,, Phone: 8508820322
 
E-Mail Address
manivanh.mundy@eglin.af.mil, oscar.casillas@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 96 Contracting Squadron, 96 CONS/PK at Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price contract for Cisco IP Components, brand name or equal. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0CY8339AG01. The North American Industry Classification System (NAICS) code for this acquisition is 334419, with small business standard size 1000 employees. Please identify your business size in your response based upon this standard. This requirement is 100% set aside for small business. This requirement is for: CLIN 0001: FIVE (5) EACH, COMPONENT. 2811 WITH AC POWER, 2FE, 4HWICS, 2PVDMS, 1NME, 2 AIMS, IP BASE, 64F/256D. P/N: CISCO2811, BRAND NAME OR EQUAL. CLIN 0002: FIVE (5) EACH, SUPPORT. CISCO 2800 ADVANCED IP SERIVCES. P/N: S28NAISK9-12421, BRAND NAME OR EQUAL. CLIN 0003: FIVE (5) EACH, GIGE HIGH SPEED WIC WITH ONE SFP SLOT. P/N: HWIC-1GE-SFP INCLUDED AT NO CHARGE A POWER CORD, 110 VOLT. 5 EACH, P/N: CAB-AC SOFTWARE, CD FOR SDM. 5 EACH, P/N: ROUTER-SDM-CD ACCESSORY KIT, CISCO 2811 STANDARD. 5 EACH, P/N: ACS-2811-STAN POWER SUPPLY, CISCO 2811 AC. 5 EACH, P/N: PWR-2811-AC MEMORY FACTORY, 256MB DDR DRAM DEFAULT FOR THE CISCO 2800. 5 EACH, P/N: MEM2800-256D-INC MEMORY, 64MB CF DEFAULT FOR CISCO 2800 SERIES. 5 EACH, P/N: MEM2800-64CF-INC, BRAND NAME OR EQUAL. CLIN 0004: FIVE (5) EACH, SMARTNET 8X5XNBD 2811 WITH AC POWER, 2FE, 4HWI. P/N: CON-SNT-2811, BRAND NAME OR EQUAL. CLIN 0005: SEVEN (7) EACH, SOFTWARE. 2811 BUNDLE WITH AIM-VPN/SSL-2, ADVANCED IP SERVER, 10 SSL LICENSES, 64F/256D. P/N: CISCO2811-HSEC/K9 INCLUDED AT NO CHARGE A POWER CORD, 110 VOLT. 7 EACH, P/N: CAB-AC CISCO 2800 AISK9-AISK9 FEAT SET FACTORY UPG FOR BUNDLES. 7 EACH, P/N: S28NRAISK9-12415XZ, BRAND NAME OR EQUAL. CLIN 0006: SEVEN (7) EACH, PORT, HWIC ONE ROUTED. P/N: HWIC-1FE INCLUDED AT NO CHARGE A SOFTWARE, CD FOR SDM. 7 EACH, P/N: ROUTER-SDM-CD ACCESSORY KIT, CISCO 2811 STANDARD. 7 EACH, P/N: ACS-2811-STAN POWER SUPPLY, CISCO 2811 AC. 7 EACH, P/N: PWR-2811-AC LICENSE, FEATURE IOS SSL VPN. UP TO 10 USERS (INCREMENTAL). 7 EACH, P/N: FL-WEBVPN-10-K9 MEMORY FACTORY, 256MB DDR DRAM DEFAULT FOR THE CISCO 2800. 7 EACH, P/N: MEM2800-256D-INC MEMORY, 64MB CF DEFAULT FOR CISCO 2800 SERIES. 7 EACH, P/N: MEM2800-64CF-INC COMPONENT. DES/3DES/AES/SSL VPN ECRYPTION/COMPRESSION. 7 EACH, P/N: AIM-VPN/SSL-2, BRAND NAME OR EQUAL. CLIN 0007: SEVEN (7) EACH, SOFTWARE. SMARTNET 8X5XNBD 2811 SECURITY BUNDLE. P/N: CON-SNT-C2811HSE, BRAND NAME OR EQUAL. CLIN 0008: TWO (2) EACH, CATALYST 2960 48 10/100/1000, 4 T/SFP LAN BASE IMAGE. P/N: WS-C2960G-48TC-L INCLUDED AT NO CHARGE A POWER CORD, 110 VOLT. 2 EACH, P/N: CAB-AC, BRAND NAME OR EQUAL. CLIN 0009: TWO (2) EACH, SMARTNET 8X5XNBD CATALYST 2960 48 10/. P/N: CON-SNT-C2960G4C, BRAND NAME OR EQUAL. CLIN 0010: SHIPPING, IF APPLICABLE. For questions, contact Ms. Manivanh Mundy by email only, manivanh.mundy@eglin.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-28 effective 12 December 2008. • FAR 52.211-6, Brand Name or Equal, which reads as follows: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) • FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 52.212-4 Contract Terms and Conditions - Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.233-3, Protest After Award; • 52.233-3, Applicable Law for Breach of Contract Claim; • 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; • 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; • 52.219-6, Notice of Total Small Business Set-Aside; • 52.219-8, Utilization of Small Business Concerns; • 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; • 52.222-35, 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; • 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.233-2, Service of Protest, which reads as follows: (a) Protests, 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 Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 96 CONS/MSCB, ATTN: Contracting Officer, 205 West D Ave, Suite 541, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision); • 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • FAR 52.203-3, Gratuities; • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • 252.243-7002, Requests for Equitable Adjustment; • 252.247-7023, Transportation of Supplies by Sea; To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 2:00 PM., Central Time on 30 January 2009. Anticipated award date is six days after this due date. Send all packages to 96 CONS/MSCBB, Attn: Manivanh Mundy, 205 West D. Ave, Suite 541, Eglin AFB, Florida 32542-6862; or by facsimile to (850) 882-1680 or e-mail at manivanh.mundy@eglin.af.mil or oscar.casillas@eglin.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0cb5f8a470cfe204e03dd10e8321d96e&tab=core&_cview=1)
 
Record
SN01735018-W 20090122/090121063342-0cb5f8a470cfe204e03dd10e8321d96e (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.