Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2012 FBO #3874
SOLICITATION NOTICE

59 -- Network Switches

Notice Date
7/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1001 Indian School Road NW, Albuquerque, NM 87104
 
ZIP Code
87104
 
Solicitation Number
12D01L0A303
 
Response Due
7/9/2012
 
Archive Date
1/5/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 12D01L0A303 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334412 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-09 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Albuquerque, NM 87120 The Bureau of Indian Affairs requires the following items, Exact Match Only, to the following: LI 001, CISCO SWITCH: CISCO CAT3750V2 24PT 10/100 POE, MFG# CIS-WS-C3750V2-24PS-E. Includes CISCO SMARTNET 8X5XNBD, MFG# CD1-CON-SNT-3750V224., 5, EA; LI 002, CISCO SWITCH: CISCO CAT3750V2 48PT 10/100 POE, MFG# CIS-WS-C3750V2-28PS-S. Includes: CISCO SMARTNET 8X5XNBD, MFG# CD1-CON-SNT-375V48PS., 1, EA; LI 003, CISCO 12 PT SWITCH: CISCO 12 PT 10/100 POE COMPACT SWITCH, MFG# CIS-WS-C3560-12PC-S. Includes CISCO SMARTNET 8X5XNBD, MFG# CD1-CON-SNT-WSC12PCS., 3, EA; LI 004, CISCO GE SWITCH: CISCO GE SFP LC CON SX MFG# CIS-GLC-SX-MM., 9, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal After completion of work and prior to final payment, the Contractor shall furnish the Contracting Officer with a release of claims against the United States relating to this contract. The Release of Claims form (DI-137) shall be used for this purpose. The form provides for exception of specified claims from operation of the release. Contract Terms and Conditions Required to Implement Statutes or Executive Orders, FAR 52.212-05 The Contractor's invoices must be submitted before payment can be made. The Contractor will be paid on the basis of the invoice, which must state (a) the starting and ending dates of the subscription delivery, the contract or purchase order number and the word ?FINAL? on final invoice, (b) either that orders have been placed in effect for the addressees required, or that the orders will be placed in effect upon receipt of payment. (a) The Government may extend the term of this contract by written notice to the Contractor within five days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed nine months. FAR 52.229-10 State of New Mexico Gross Receipts and Compensating Tax, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.249-8 Termination for Default, FAR 52.249-01 Termination for Convenience, 52.232-24 Prohibition of Assignment of Claims, FAR 52.242-13 Bankruptcy, FAR 52.233-1 Disputes, 52.249-08 Default (fixed price supply and service), FAR 229-04 Federal, State, and Local Taxes, FAR 1452.204-70 Release of Claims, FAR 42.1303 Stop work orders, FAR 52.242-15 Stop work orders. FAR 52.243-1 Changes. May be view at http://www.farsite.hill.af.mil, https://www.acquisition.gov/far, http://www.doi.gov/pam/aindex.html A single award will be made to a responsive offeror who submits all required submissions on time, whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's listed specs whichever is applicable to the buy. Preference will be given to offeror?s who can provide exact items. The items must be compatible with current equipment in use.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/12D01L0A303/listing.html)
 
Place of Performance
Address: Albuquerque, NM 87120
Zip Code: 87120
 
Record
SN02791490-W 20120703/120701233022-ab627007529100a08f9581ea92ed34fd (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.