Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

J -- Network Switches

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-10-Q-0029
 
Archive Date
9/30/2011
 
Point of Contact
Kathryn A Vaccaro, Phone: 740-788-5078, Tom Carson, Phone: 740-788-5049
 
E-Mail Address
kathryn.vaccaro@afmetcal.af.mil, tom.carson@afmetcal.af.mil
(kathryn.vaccaro@afmetcal.af.mil, tom.carson@afmetcal.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis solicitation no written solicitation will be issued. WR-ALC/ENH, AFMETCAL at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of one (1) each of HP P/N J8700A#ABA; three (3) each of HP P/N J8705A; eight (8) each of HP P/N J9145A#ABA; seven (7) each of HP P/N J9147A#ABA; fourteen (14) each of HP P/N J4858C; four (4) each of HP P/N J4859C and two (2) each of HP P/N J9165A. Award will be made to the lowest offeror for all listed items. Award will be made on all or none basis. This is a combined synopsis/solicitation for commercialitems prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, as supplemented with additionalinformation included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 and DAC 91-13 DFARS Change Notice (DCN) 20100820. This announcement constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FA2263-10-Q-0029 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334419 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. Offerors are requested to provide pricing for a total of 39 units as follows: one (1) each of P/N J8700A#ABA, ProCurve Switch 5412ZL-96G three (3) each of P/N J8705A, ProCurve Switch 5400ZL 20-port eight (8) each of P/N J9145A#ABA, HP ProCurve 2910AL-24G Ethernet seven (7) each of P/N J9147A#ABA, HP ProCurve 2910AL-48G Switch 48-port fourteen (14) each of P/N J4858C, ProCurve Gigabit SX-LC Mini four (4) each of P/N J4859C, ProCurve Gigabit LX-LC Mini two (2) each of P/N J9165A, HP ProCurve 10-GbE al Interconnect Kit The units will be shipped to AFMETCAL in Heath Ohio within 45 days of contract award. Delivery shall be FOB destination. Invoices may not be submitted in WAWF until the units have been shipped. Offerors will be required to provide pricing for a total of 39 units as addressed above. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation--Commercial Items - (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price. Award will be made to the responsible technically acceptable offeror who conforms to all of the solicitation requirements and has the lowest evaluated price. FAR 52.212-3 OfferorRepresentations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraphs (b) of this provision if the offerorhas completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerorhas not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; 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 (deviation); FAR 52.219-28 Post-Award Small Business Program Rerepresentation; 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 52.222-50 Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program with Alternate I; DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; AFFARFAR 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Kathy B. Cames, WR-ALC/PKC at Phone 478-222-1088, Fax 478-222-1121. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). All offers must be valid for a period of 30 days. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror'sbest price. Quotes must be for all items listed. Partialquotes will not be accepted. Award will be made on all or none basis. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government reserves the right to limit the number of offers reviewed for award, for efficiency purposes. The offer must: (1) be for the items described in this solicitation (2) be FOB Destination, (3) include a delivery schedule and discount/payment terms, (4) include copy of commercial price list, (5) include name of and be signed by an authorized company representative along with telephone number and facsimile number, (6) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. This will be a DO-A7 rated order. Offers are due 3 September 2010 at 4:00 PM EST to: Kathryn Vaccaro, AFMETCAL/ENHRP, 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail or submit by email to kathryn.vaccaro@afmetcal.af.mil or tom.carson@afmetcal.af.mil. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All contractors must be registered in the Central Contractor Registration (CCR) Database and must put their reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which if received timely shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-10-Q-0029/listing.html)
 
Record
SN02264582-W 20100903/100902000035-3f268640a3b53099cf97cb8a28b25633 (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.