SOLICITATION NOTICE
70 -- Automated Data Processing Equipment
- Notice Date
- 8/11/2009
- Notice Type
- Presolicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017809R2012
- Response Due
- 8/18/2009
- Archive Date
- 9/18/2009
- Point of Contact
- Alexis Carmack 540-653-4503 Alexis Carmack,Voice: 540-653-4503,Fax: 540-653-4089
- Small Business Set-Aside
- N/A
- Description
- This synopsis is posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Description. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N00178-09-R-2012, and it is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, effective 15 July 2009 and Defense Acquisition Circular DCN 20090729, effective 29 July 2009. NAICS Code 334111 applies and the size standard is 1,000 employees. The Naval Surface Warfare Center, Dahlgren Division intends to purchase on a sole source basis Ethernet blades and transceivers manufactured by APCON, Incorporated. APCON home offices are located at 9255 Southwest Pioneer Court, Wilsonville, OR, 97070. The purchase will be awarded on a Firm Fixed Price basis and will serve to acquire the following computer network switching equipment: Item 0001: Qty 4 of 4 Port 10 Gigabit Fiber Ehternet Blades - P/N ACI-2059-E04-3M to include Qty 4 10 Gb/s, 850 nm Multimode XFP Transceivers (LC); Item 0002: Qty 9 of 4 Port 10 gigabit Fiber Ethernet Blades - P/N ACI-2059-E04-3S to include Qty 4 10 Gb/s, 1310nm Singlemode XFP Transceivers (LC); Item 0003: QTY 3 of 16 Port Fast Ethernet & Media Conversion Blade - P/N ACI-2059-E16-4S1 to include 16 100 Mb/S 1310nm Singlemode SFP Transceivers (LC);Item 0004: Qty 3 of 16 Port Fast Ethernet and Media Conversion Blade - P/N ACI-2059-E16-4M1 to include Qty 16 of 1300nm, FDDI, Fast Ethernet Multimode SFP Transceivers (LC); Item 0005: Qty 1 of 16 Port Gigabit Fiber Ethernet & Media Conversion Blade - P/N ACI-2059-E16-4S to include Qty of 16 1.25 Gb/s 1310nm Singlemode SFP Transceivers (LC); Item 0006: Qty 2 of 16 Port 100/1000 Copper to Fiber Convers! ion Blade - P/N ACI-2059-E16-4 to include Qty 16 of ACI-0200-130 SFP's, 1000BASE-SX 1300nm Ext. MM (LC), 62.5/125m fiber only: up to 2 km/1.2 mi., Link Budget: 8.0 dB. Offers will be accepted from the APCON manufacturer and any authorized, certified APCON reseller that meets Government requirements for being a responsible contractor. No other brand of switching and transceiver equipment will satisfy the engineering purchase requirements because during the development of the weapons system upon which the requirements are based, the specified APCON equipment listed above was evaluated, selected, and integrated into the weapons system. This entailed full and open competition to select the equipment. It also involved extensive programming, configuration, testing, and evaluation. From the point of award forward, the weapons system operational sites have had specific APCON equipment incorporated into their respective switching infrastructures. Hundreds of thousands of dollars have been invested in the installed base of APCON equipment in order to achieve a common set of fiber optic switches at all of the weapons system sites. Continuation of the use of APCON equipment avoids substantial startup costs for the government and significant delays in operations. Clauses and Provisions The Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. This solicitation incorporates, by reference, the following FAR and DFARS provisions and clauses: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial items. Factors used to evaluate the offers are: (1) technical capability to meet the Government requirement (2) price (3) past performance. Award will be made on a competitive basis to APCON or an authorized reseller. 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 (APR 2009)(DEVIATION);FAR 52.203-13 Contractor Code of Business Ethics and Conduct, FAR 52.203-15 Whistleblower Protection under the American Recovery and Reinvestment Act of 2009; 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled V! eterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.222-54 Employment Eligibility Verification, FAR 52.223-15 Energy Efficiency in Energy-Consuming Products, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items subparagraphs a)(52.203-3), (b)(252.203-7000),(b)(252.225-7001),(b)252.225-7008 Restriction on Acquisition of Specialty Metals b)252.232-7003),(b)(252.243-7002),(b)(252.247-7023),(b)(252.247-7024); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; Additionally, DFARS Clause 252.211-7003 entitled "Unit Identification and Valuation" (AUG 2008) will be included in the resultant contract. AWARD: All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their quotes. The offeror shall convey all standard manufacturer commercial warranties to the buyer. The Government will consider offers from resellers assessed to be responsible sources, which clearly evidence capability to provide the required equipment within the required delivery schedule. Delivery of the product is required no later than 8 weeks after issuance of contract. Proposals based upon FOB destination, complete with estimated delivery dates, warranty information, and authorized reseller certification must be submitted via email to alexis.carmack@navy.mil or fax to 540-653-4089 and must reference Solicitation Number N00178-09-R-2012. Closing time and date is noon on 18 August 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017809R2012/listing.html)
- Record
- SN01907777-W 20090813/090812001528-35e6b8e6d04313f4a7c7ba5dd3f8b9ea (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 |