Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

70 -- Network i-Tap Port Aggregator, Mounting Hardware, and 2-Year Extended Warranty

Notice Date
8/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-9163-3018
 
Archive Date
9/18/2009
 
Point of Contact
LINDA G HIRSCH, Phone: (717) 770-4092, Alan M Noble, Phone: 717-770-4192
 
E-Mail Address
linda.hirsch@dla.mil, Alan.Noble@dla.mil
(linda.hirsch@dla.mil, Alan.Noble@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12 of the Federal Acquisition Regulation (FAR) and Subpart 13 of the Federal Acquisition Regulation (FAR). This announcement constitutes the only solicitation; request for quotes are being requested and a written solicitation will not be issued. This is a Request for Quotations (RFQ); using Solicitation Number SP3300-9163-3018. The solicitation is restricted as a 100% Small Business Set-Aside. The NAICS Code is 334111 with a size standard of 1,000 employees. This is a BRAND NAME or EQUAL acquisition; in accordance with FAR 52.211-16, a list of the salient physical, functional, or performance characteristics that “equal” products must meet are either described below, or can be obtained from the DDC Contract Specialist. Specifically the aggregator, rack mount frame, blank plate, and 2-year extended warranty must be brand name or equal to Net Optics. The salient characteristics are described/provided below: i-Tap Port Aggregator, Mounting Hardware for 19" Rack, and 2-Year Extended Warranty Item 01 Manufacturer: Net Optics Part Number: IPA-CU3 Description: 10/100/1000 Port Aggregator i-Tap with SNMP Quantity: 20 Each Item 02 Manufacturer: Net Optics Part Number: RK-iTP2 Description: 2-Slot 19" iTap Rack Mount Panel/Frame for IPA-CU3 (Item 01) Quantity: 20 Each Item 03 Manufacturer: Net Optics Part Number: RK-iTP2-BPL Description: Blank Fill Plates with Screws for RK-iTP2 Panel/Frame (Item 02) Quantity: 20 Each Item 04 Manufacturer: Net Optics Part Number: IPA-CU3-W2 Description: 2-Year Extended Warranty for Port Aggregator i-Tap (Item 01) Quantity: 20 Each Ship To Address for Items 01 - 04: Defense Distribution Center New Cumberland, PA J6N Operation Office ATTN: Wallace Barrett J6NOI, M Avenue, Bldg 54, Door 8 New Cumberland, PA 17070 Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination). Equipment shall be shipped to the location shown above, exact shipping addresses will be provided in the final award, or can be obtained from the Contract Specialist POC. Note: The desired delivery schedule is 30 Days ARO. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-30 effective 17 February 2009 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090115 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-07. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The preferred method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. FAR 52.211-6 -- Brand Name or Equal. (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) DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluation of Quotations or Offers – The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price which meets the product technical requirements for all CLINS. Therefore to be considered for award, a quote must be provided for all CLINS. FAR 52.212-4 Contract Terms and Conditions–Commercial Items (Use this clause with its Alternate 1 when a time-and-materials or labor-hour contract). Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAR 52.219-6, Notice of Total Small Busiess Set-Aside (June 2003) FAR 52.222-3, Post Award Small Business Program Representation (Mar 2009) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor–Cooperation with Authorities and Remedies (Feb 2008) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (March 2007) FAR 52.222-36, Affirmative Action for Workers with Disabilities (jun 1998) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) FAR 52.232-36, Payment by Third Party (May 1999) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009). The following additional clauses/provisions apply: DFARS 252.225-7036, Buy American Act–Free Trade Agreement–Balance of Payments Program (Jul 2009) ALT I (Oct 2006) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) DLAD 52.247-9012, Requirements for Treatment of Wood Packaging Material (WPM) (Feb 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) All questions and inquiries should be addressed via email to linda.hirsch@dla.mil. Request for Solicitation Number SP3300-9163-3018. Pricing and representations/certifications are required NLT 5:00 PM EDT on September 3, 2009. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by either electronic funds or government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-9163-3018/listing.html)
 
Place of Performance
Address: Defense Distribution Center New Cumberland, PA, J6N Operation Office, ATTN: Wallace Barrett, J6NOI, M Avenue, Bldg 54, Door 8, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN01917704-W 20090821/090820000351-9d1dbe54e65e261a31ef69f2a5972e84 (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.