SOLICITATION NOTICE
70 -- NASA KSC BRAND NAME RFQ FOR BROCADE COMMUNICATIONS SYSTEMS INC ROUTERACCESSORY ITEMS
- Notice Date
- 8/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK11395099Q
- Response Due
- 8/10/2011
- Archive Date
- 8/3/2012
- Point of Contact
- Alissa N. Mandernack, Contract Specialist, Phone 321-867-3380, Fax 321-867-4848, Email alissa.mandernack@nasa.gov - Jennifer L Dorsey, Contract Specialist, Phone 321-867-0337, Fax 321-867-4884, Email jennifer.l.dorsey@nasa.gov
- E-Mail Address
-
Alissa N. Mandernack
(alissa.mandernack@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This a combined synopsis/solicitation for commercial items prepared in accordancewith FAR Subpart 12.6, as supplemented with additional information included in thisnotice. This announcement constitutes the only solicitation; offers are being requestedand a written solicitation will not be issued.NASA Kennedy Space Center (KSC) has a requirement for router accessory items for anexisting Brocade Communications Systems, Inc. router. This notice is being issued as aBrand Name Only Request for Quotation for the following Brocade Communications Systems,Inc. part numbers:CLIN 1: AC ChassisPart Number: BR-MLXE-8-ACQuantity: 1CLIN 2: AC Power SuppliesPart Number: NI-X-ACPWR-AQuantity: 2CLIN 3: Ethernet ModulePart Number: NI-MLX-1Gx20-GCQuantity: 1CLIN 4: Silver Maintenance PlanPart Number: NIMLX8-SVL-NDP-1Quantity: 1Brocade Communications Systems, Inc. is the only manufacturer of the required items. Inorder to maintain necessary compatibility with the Brocade Communications Systems, Inc.router currently in use by NASA/KSC, the router accessory items must be manufactured byBrocade Communications Systems, Inc. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their quotation in writing no later than 2:00pm ESTon August 10, 2011, to NASA-KSC, Attn: Alissa Matthews, OP-LS, KSC, FL 32899 oralissa.matthews@nasa.gov. Response via email is preferred.Questions must be received in writing (email) by 10:00am EST on August 8, 2011, to theidentified point of contact.Oral communications are not acceptable in response to this notice. All responsiblesources may submit an offer which shall be considered by the agency. An Ombudsman hasbeen appointed. See NASA Specific Note 'B'. In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. TheNAICS Code and the small business size standard for this procurement are 334220, 750employees respectively. The offeror shall state in their offer their size status forthis procurement.Offers must include solicitation number, FOB destination to KSC, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative.Award shall be made to the offeror that submits the lowest priced technically acceptablequotation. Offerors must address each item required in this combinedsolicitation/synopsis in their quotation in order to be considered technicallyacceptable.If an offer is submitted in response to this synopsis, it must include completed copiesof the provision at 52.212-3, Offeror Representations and Certifications - CommercialItems, with their offer. These may be obtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).The DPAS rating for this procurement is DO-C9.The provisions and clauses in the RFQ are those in effect through FAC 2005-53.Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin (See FAR 52.225-1).FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Aug 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive Orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm An ombudsman has been appointed -- See NASA Specific Note 'B'.Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11395099Q/listing.html)
- Record
- SN02520059-W 20110805/110803235242-84dc68ef24bb107e5f3a36c3394db6bc (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 |