Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

70 -- CISCO Catalyst 3750 24-port Fiber Single Mode Switch

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C3441215AC03_MONTGOMERY_CISCOSWITCH
 
Point of Contact
Reketta L. Montgomery, Phone: 6713663687
 
E-Mail Address
reketta.montgomery@andersen.af.mil
(reketta.montgomery@andersen.af.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 12.6, 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. This solicitation F1C3441215AC03_MONTGOMERY_CISCOSWITCH, is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 423430 and the small business size standard is 100 EMPLOYEES. The following commercial items are requested: The Andersen Air Force Base 36TH Communications Squadron requires the following items, Brand Name or Equal, to the following: CLIN 0001 - ( QTY 12 each) CISCO Catalyst 3750 24-port Fiber Single Mode Switch (MFR P/N: WS-C3750-24FS-S) or equal The specs outline below: Catalyst 3750 24x 100BaseFX + 2x SFP Standard Multilayer ImageCisco Catalyst 3750 24x 100BaseFX + 2x SFP Standard Multilayer Image Energy management - Power requirements120/230V@50/60HzPower over Ethernet (PoE) Support Weight & dimensions - Dimensions W x D x H445 x 301 x 44 mmForm factor1U Memory - Internal memory128 MBFlash memory32 MBMemory typeRAM Connectivity - Ethernet LAN (RJ-45) ports quantity24SFP slots quantity2Copper ethernet cabling technology100Base-FXPorts quantity 26 Protocols - Management protocolsSNMP 1, SNMP 2, RMON, Telet, SNMP 3, HTTP Management features - Switch typeMaaged Networking- Networking featuresFast EtheretNetworking standardsIEEE 802.1D, IEEE 802.1Q, IEEE 802.1p, IEEE 802.3af, IEEE 802.3ad (LACP), IEEE 802.1w, IEEE 802.1x, IEEE 802.1s Data transmission - Full duplexMaximum data transfer rate Maximum data transfer - rate0.1 Gbit/s 3 year warranty Total Cost must include cost of 12 brand new CISCO switches - no refurbs. To be quoted FOB Destination, Andersen AFB, Guam. ***ALL SHIPPING COST MUST BE INCLUDED WITH FINAL QUOTE*** The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Submit the price quote information via email to MSgt Reketta Montgomery at reketta.montgomery@andersen.af.mil. Responses to this RFQ must be received via e-mail not later than 7 PM Eastern Standard time on Friday, 23 September 2011. Oral Quotes will not be accepted. Collect calls will not be accepted. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to be considered for award. All proposals must be directly submitted by the firm registered in CCR that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a CCR registered company with the intention of being award "care of" will not be accepted. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items apply. Award will be based on lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered at the government's ORCA online reps and certs website: https://orca.bpn.gov/ The following provisions and clauses apply to this acquisition: 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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR52.203-13 Contractor Code of Business Ethics and Conduct, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-22 -- Previous Contracts and Compliance Reports,, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, FAR 52.222-44 Fair Labor Standards and Service Contract Act, 52.222-50 -- Combating Trafficking in Persons, FAR 52.232-18, Availability of Funds; FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.247-7023 Transportation of Supplies by Sea Alt III, 252.247-7024 Notification of Transportation of Supplies by Sea, DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 2010) (Deviation); DFARS 252.225- 7001 Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, 5252.232-9402 Invoicing and Payment (WAWF) Instructions. All quotes and any requests for more information must be sent to MSgt Reketta Montgomery at e-mail: reketta.montgomery@andersen.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C3441215AC03_MONTGOMERY_CISCOSWITCH/listing.html)
 
Place of Performance
Address: ANDERSEN AFB, GUAM, YIGO, Guam, 96929, United States
Zip Code: 96929
 
Record
SN02587905-W 20110923/110922002035-a846cd0aac9817d61ebb771e0eb88114 (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.