Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

99 -- NIPR/SIPR Information Technology Equipment

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2C1AS9175A001
 
Archive Date
9/19/2009
 
Point of Contact
Tricia Meinders, Phone: (808) 448-2956, John Haberlach, Phone: (808) 448-2967
 
E-Mail Address
tricia.meinders@hickam.af.mil, john.haberlach@hickam.af.mil
(tricia.meinders@hickam.af.mil, john.haberlach@hickam.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F2C1AS9175A001 Posted Date: 28 Aug 09 Response Date: 4 Sep 2009, 0800 HST Classification Code: 99-Miscellaneous Set Aside: Total Small Business NAICS Code: 517919 - All Other Telecommunications Contracting Office Address Department of the Air Force, Pacific Air Forces, 15 CONS-Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES Description This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2C1AS9175A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090825, and Air Force Acquisition Circular (AFAC) 20090803. This acquisition is a small business set aside under NAICS code 517919 and small business size standard of $25.0M. This RFQ contains nine (9) line items for NAME BRAND or EQUAL. The items are on a firm fixed price basis and the items can be brand name or equal. The line item is as follows: CLIN 0001: Cisco 48 port POE Switch #WS-3750-48PS (NIPR) Quantity: 3 EA Unit Price: $ _____________________ CLIN 0002: Alternative SMARTnet for Cisco 3750 Switch #CONSNT-375048PS-A (NIPR) Quantity: 3 EA Unit Price: $ _____________________ CLIN 0003: APC Smart-UPS 1500VA USB & Serial RM 2U 120V NAFTA #SUA1500RMUS (NIPR) Quantity: 2 EA Unit Price: $ _____________________ CLIN 0004: 7FT CAT5E Green Patch Cord Snagless #A3L791-07-GRN-S (NIPR) Quantity: 100 EA Unit Price: $ _____________________ CLIN 0005: 48 Port CAT5E Patch Panel Universal Wired #HD5-48 (NIPR) Quantity: 3 EA Unit Price: $ _____________________ CLIN 0006: WS-C3750-24FS-S Cisco Catalyst 3750-24FS #WS-C3750-24FS-S (SIPR) Quantity: 1 EA Unit Price: $ _____________________ CLIN 0007: APC Smart-UPS 1500VA USB & Serial RM 2U 120V NAFTA #SUA1500RMUS (SIPR) Quantity: 1 EA Unit Price: $ _____________________ CLIN 0008: 3m Multimode MTRJ/MTRJ Duplex Patch Cable #33129 (SIPR) Quantity: 24 EA Unit Price: $ _____________________ CLIN 0009: 24-Port (48-Fiber) MT-RJ SM/MM Fiber Patch Panel #24MTR-FT (SIPR) Quantity: 1 EA Unit Price: $ _____________________ If an (Or Equal) is quoted it must be compatible with existing Cisco System. Any questions regarding this synopsis/solicitation must be received by the government NLT 2 Sep 09 in order to allow adequate time to provide answers. Award will be made on a Firm-Fixed Price basis only. All offerors must be registered on https://ccr.gov. Delivery shall be FOB destination at 25 ASOS, 352 Santos Dumonte Ave Bldg 126, Wheeler Army Airfield; HI 96854.The delivery date is no later than 30 days after receipt of award. Acceptance will be performed by the Government POC: Captain Nathan Barrett. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 0800 hrs, Hawaii Standard Time (HST), Friday, 4 Sep 2009. Electronic quotes are acceptable. Submission may be made via email to tricia.meinders@hickam.af.mil, or via facsimile at (808) 448-2911 ATTN: Tricia Meinders. Quotes must reference the solicitation number. Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAW). Offerors must be registered and active in the WAWF https://wawf.eb.mil. If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. IAW 52.212-2 (a), Evaluation - Commercial Items, the Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose quotation conforming to the specified requirement will be most advantageous to the Government based on price. IAW 52.212-3 (Alt I) - Offeror Representations and Certification - Commercial Items (Feb 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically (ORCA) at http://orca.bpn.gov/. If you have not completed the annual representations and certification electronically at the ORCA website, please complete only paragraphs (c) thru (m) of this provision and return along with your quotation. Additionally, ORCA is mandatory in lieu of Reps and Certs in hard copy form. (End of Provisions) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS. 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration IAW 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS IS APPLICABLE OT THIS PROCUREMENT ALONG WITH THE FOLLWING ADDENDA. 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023, Alt III Transportation of Supplies by Sea This combined synopsis/solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://farsite.hil.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/F2C1AS9175A001/listing.html)
 
Place of Performance
Address: 25 ASOS, 352 Santos Dumonte Ave, Bldg 126, Wheeler Army Airfield, Hawaii, 96854, United States
Zip Code: 96854
 
Record
SN01931376-W 20090830/090829002148-9e6e5406db8bdfa0f7e62c5860594ab5 (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.