Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
SOLICITATION NOTICE

70 -- Ethernet Modules - RFQ

Notice Date
6/24/2011
 
Notice Type
Cancellation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron, 206 J Street, Bldg. 1662, Sheppard AFB, Texas, 76311-2746, United States
 
ZIP Code
76311-2746
 
Solicitation Number
F3V3CA1144AC01
 
Archive Date
6/28/2011
 
Point of Contact
Vashti Hawkins, Phone: 9406765198
 
E-Mail Address
vashti.hawkins@sheppard.af.mil
(vashti.hawkins@sheppard.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Letter Vendor CISCO Certification Ethernet Modules Solicitation This is a combined synopsis/solicitation commercial items prepared in accordance with the format in FAR Subpart 12.6 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. This solicitation is issued as a Request For Quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ #F3V3CA1144AC01. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE under the North American Industrial Classification Standard code #9330 and Small Business Size Standard 1000, applies to this procurement. IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and Defense Acquisition Circular 2008-0721. Description of requirements: Brand Name Requirement. See attached Request for Quote Vendors must be CISCO Certified and submit certification document attached with RFQ. FOB: Destination for delivery to Sheppard AFB TX 76311 Provisions and Clauses: The following provisions and clauses apply to this acquisition, all listed by reference in accordance with FAR 52.252-1 Solicitation Provisions Included by Reference and FAR 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/vffara.htm): The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items The provision at FAR 52.212-2, Evaluation - Commerical Items. Evaulation factors are, but limited to, price/cost, delivery terms, warranty, and past performance. The provision at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items. The clauses at FAR: 52.233-3, Protest after award 52.233-4, Applicable Law for Breach of Contract Claim 52.208-9, Contractor Use of Mandatory Sources of Supply or Services 52.204-7, Central Contractor Registration (required). 52.232-11, Extras 52.233-1, Disputes 52.212-4, Contract Terms and Conditions, Commercial Items 52.212-5, Contract Terms and Conditions required to implement Statues or exectutive orders, commercial items 52.246-1, Contractor Inspection Requirements 52.242-15, Stop Work Order 52.249-1, Termination for the Convenience of the Government (When 52.249-4 does not apply) 52.249-4, Termination for the Convenience of the Government (Services Only) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.232-33, Payment by electronic funds 52.222-22, (Provision) Previous Contracts and Compliance Reports ( > $10,000 only) 52.223-18, Contractor policy to ban text messaging while driving 52.222-21, Prohibition of Segregated Facilities ( > $10,000) 52.222-26, Equal Opportunity (> $10,000) 52.212-5, Reporting Executive /Compensation and First Tier Subcontract Awards. ( > $25,000) 52.222-3, Convict Labor (> $2,500) 52.219-28, Post Award Small Business Program ( > $3,000) 52.222-19, Child Labor (> $3,000) 52.209-6, Protecting the Government's interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment ( > $30,000) 52.223-15, All energy consuming products ( when energy consuming products are being purchased.) 52.222-26, Equal Opportunity 52.225-1, Buy American Act - Supplies (When $3,000 - < $25,000) 52.225-3, Buy American Act; Free Trade Agreements (When > $25,000 and < $49,999) 52.225-3, ALTERNATE I; Buy American Act; Free Trade Agreements (When > $50,000 and < $70,079) 52.225-3, ALTERNATE II Buy American Act; Free Trade Agreements (When > $70,079, and < $203,000) 52.222-41, Service Contract Act of 1965 (All Service Contracts > $2,500) 52.222-42, Statement of Equivalent Rates for Federal Hires (All Service Contracts > $2,500) 52.212-5, Convict Labor ( > $3,000) 52.222-35, Equal Opportunity for Veterans (All > $100,000) 52..219-6, Notice of Total Small Business Set Aside 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423) {Purchase of computer products only} 52.239-1, Privacy or Security Safeguards - All IT Contracts The Provisions at: 52.215-1, Instructions to offerors 52.215-5, Facsimile Proposals 52.222-25, Affirmative Action, Compliance ( >$10,000) 52.222-38, Compliance with Veterans' Employment Rights ( > $100,000) 52.223-13, Certification of Toxic Chemical Release reporting ( >$100,000, and the clause applies to the purchase or service) 52.225-18, Place of Manufacture 52.204-8, Annual Representation and Certifications. Complete your Representation and Certifications information electronically at http://orca.bpn.gov. Contracts for Transportation include the FAR clause at: 52.249-8 ALT I, Default Fixed price Supply and Service 52.232-4, Payments under Transportation Contracts and Transportation Related Services Contracts. 52.243-1, ALT IV, Changes Fixed Price Contracts utilizing Government Furnished Property shall include the FAR Clause at: 52.245-2, Government Property Installation Operation Services Contracts for Dismantling, demolition, or removal of improvements shall include the FAR clause at: 52.237-4, Payment by Government to Contractor - The Contractor is to receive the GFP 52.237-4, ALT I - Payment by Government to Contractor if the GFP is to be retained by the Government. Computer purchases: 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products All on Base Contracts: 52.223-5, Polution Prevention and Right to Know Information 52.223-5, ALT I with Plans to implement EMS All Multiyear Contracts shall include the FAR clause: 52.217-2, Cancelation under Multiyear Contracts All energy consuming products purchased shall include the FAR Clause: 52.223-15, Energy Efficiency in Energy Consuming Products Contractor requires access to Classified information: 52.204-2, Security Requirements The clause at DFARS 252.204-7004 Alt A, Required Central Contractor Registration The provision at DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. The clause at DFARS 252.225-7001, Buy American Act and Balance of Payments Program The clause at DFARS 252.232-7003, Electronic Submission of Payment Requests The clause at DFARS 252.232.7010, Levies on Contract Payment The clause at AFFARS 5352.201-9101, Ombudsman The Government reserves the right to award on a multiple award or an all or none basis. Submission of a quote does not obligate the government to make an award. All quotes must be e-mailed to SMSgt Vasthi Hawkins, vashti.hawkins@sheppard.af.mil, 940-676-5198. Quotes are required to be received no later than 12:00 p.m. CST, Monday, June 27, 2011. CERTIFICATION OF CISCO PRODUCTS The vendor shall certify that they are indeed a Cisco Registered Premier, or higher, Partner as of the date of the submission of their offer, and that they have the certification/specialization level required by Cisco to support both the product sale and product pricing. The vendor shall source Cisco products directly from Cisco or through the US authorized distribution channels only. Products must be warranted, licensed, and supported by the original manufacturer. Further, HQ AETC must be the original licensee of all Cisco Software. In the event there are questions pertaining to the validity of the Cisco products, HQ AETC reserves the right to verify the origin of the Cisco products with Cisco Sytems, Inc. In the event the Cisco Products have been acquired from un-authorized channels, HQ AETC further reserves the right to return the products for a full refund. The item or items be purchased by the United States Air Force in this contract shall be new. Used, refurbished, reprogrammed, or equipment of a reconstructed state is unacceptable. DOCUMENTATION of a Cisco Partnership MUST be submitted with this RFQ in order to be considered for competition. _____________________________________ ____________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ShepAFBCO/F3V3CA1144AC01/listing.html)
 
Place of Performance
Address: Sheppard AFB, TX, Sheppard AFB, Texas, 76311, United States
Zip Code: 76311
 
Record
SN02481373-W 20110626/110624234141-5d3e08338f600456733441fa8750c771 (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.