Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
MODIFICATION

70 -- IT Hardware Spare Parts

Notice Date
8/8/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
701 South 12th St., Arlington, VA 20598
 
ZIP Code
20598
 
Solicitation Number
HSTS03-12-Q-CIO071
 
Response Due
8/14/2012
 
Archive Date
2/10/2013
 
Point of Contact
Name: Susan Mielke, Title: Contract Specialist, Phone: 5712272430, Fax: 5712271392
 
E-Mail Address
susan.mielke@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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 HSTS03-12-Q-CIO071 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 334112 with a small business size standard of 1,000.00 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 2012-08-14 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Springfield, VA 22150 The DHS Transportation Security Administration requires the following items, Exact Match Only, to the following: LI 001, CLIN 0001 - Part Number- MC102G - MC Electrical Cable - 10/2 w/ground, 2000, EA; LI 002, CLIN 0002 - Part Number- MC122G - MC Electrical Cable - 12/2 w/ground, 1500, EA; LI 003, CLIN 0003 - Part Number- 103-SO- Flexible Cable Type SO - 10./3 - ft, 500, EA; LI 004, CLIN 0004 - Part Number- L530R - L5-30R Flexible Cord Plug, 50, EA; LI 005, CLIN 0005 - Part Number- L630R - L6-30R Flexible Cord Plug, 50, EA; LI 006, CLIN 0006 - Part Number- L620R - L6-20R Flexible Cord Plug, 25, EA; LI 007, CLIN 0007 - Part Number- L520R - L5-20R Flexible Cord Plug, 25, EA; LI 008, CLIN 0008 - Part Number- L530P - L5-30P Flexible Cord Plug, 20, EA; LI 009, CLIN 0009 - Part Number- L630P - L6-30P Flexible Cord Plug, 20, EA; LI 010, CLIN 0010 - Part Number- L620P - L6-20P Flexible Cord Plug, 20, EA; LI 011, CLIN 0011 - Part Number- 630R - Twist-Lock Receptacle 6-30, 25, EA; LI 012, CLIN 0012 - Part Number- 620R - Twist-Lock Receptacle 6-20, 25, EA; LI 013, CLIN 0013 - Part Number- 530R - Twist-Lock Receptacle 5-30, 25, EA; LI 014, CLIN 0014 - Part Number- 520R - Twist-Lock Receptacle 5-20, 25, EA; LI 015, CLIN 0015 - Part Number- QOB302 - SquareD 30a Single Pole Circuit, 25, EA; LI 016, CLIN 0016 - Part Number- QOB301- SquareD 30a Double Pole Circuit, 40, EA; LI 017, CLIN 0017 - Part Number- s733aik9-12233sxi - Cisco CAT6000-SUP720 IOS ADVANCED IP SERVICES SSH, 2, EA; LI 018, CLIN 0018 - Part Number- WS-SUP720-3B - Catalyst 6500/Cisco 7600 Supervisor Engine 720, 4, EA; LI 019, CLIN 0019 - Part Number- CR-ADAPTER-SP - SP Adapter for SUP720, 2, EA; LI 020, CLIN 0020 - Part Number- WS-X6748-SFP - Catalyst 6500 48-port GigE Mod, 4, EA; LI 021, CLIN 0021 - Part Number- WS-F6700-CFC - Catalyst 6500 Central Fwd Card for WS-X67xx, 2, EA; LI 022, CLIN 0022 - Part Number- MEM-C6K-CPTF - Catalyst 6500 Sup720/Sup32 Compact Flash Mem, 2, EA; LI 023, CLIN 0023 - Part Number- BF-S720-64MB-RP - Bootflash for Sup720-64MB-RP, 2, EA; LI 024, CLIN 0024 - Part Number- MEM-S2-512MB - Catalyst 6500 512MB DRAM on the Supervisor, 2, EA; LI 025, CLIN 0025 - Part Number- MEM-MSFC2-512 - Catalyst 6500 512MB DRAM on the MSFC2 or SUP720 MSFC3, 2, EA; LI 026, CLIN 0026 - Part Number- MEM-XCEF720-256M - Catalyst 6500 256MB DDR, xCEF720 (67xx interface, DFC3A), 2, EA; LI 027, CLIN 0027 - Part Number- GLC-SX-MM - Transceiver, 192, EA; LI 028, CLIN 0028 - Part Number- CON-SNT-WS-C6509- 8x5xNBD Service,Catalyst 6509, 2, EA; LI 029, CLIN 0029 - Part Number- N/A- APC 1.5 KVA unit/network cards, 36, EA; LI 030, CLIN 0030 - Part Number- N/A - APC 3.0 KVA unit/network cards, 18, EA; LI 031, CLIN 0031 - Part Number- N/A - APC 5.0 KVA unit/network cards, 5, EA; LI 032, CLIN 0032 - Part Number- TR1034+P8H-T1-1N-R - Dialogic Brooktrout TR1034 Fax Board, 1, EA; LI 033, CLIN 0033 - Part Number- N/A- T2000 - 64GB upgrade, 98, EA; LI 034, CLIN 0034 - Part Number- N/A - EMC NS480 - SSD upgrade, 38, EA; LI 035, CLIN 0035 - Part Number- N/A - Dell R810/2>3 - 192GB upgrade, 156, EA; LI 036, CLIN 0036 - Part Number- N/A - Dell R810 Field - HDD upgrade-, 60, EA; LI 037, CLIN 0037 - Part Number- N/A - LT04 Drives for HQ, 3, 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, DHS Transportation Security Administration 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. DHS Transportation Security Administration 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. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is__________with a small business size standard of_________ employees / average annual receipts." 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. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. 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/. 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 Offeror 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 certification; FAR 52.212-4, Contract Terms and Conditions Commercial Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-26, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-35. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil. To be determined responsive, Offerors must provide a proposed price for every line item. Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of proposals meeting the technical requirements of Attachment 1- Additional Terms and Conditions. Only the lowest priced bid will be evaluated to determine technical acceptability. If the lowest priced bid is not technically acceptable, the next lowest priced bid will be evaluated until a bid is determined to be technically acceptable. The attached Name Brand Justification authorizes brand name procurement for other than full and open competition. Vendors shall only base their bids on the specific items requested in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS03-12-Q-CIO071/listing.html)
 
Place of Performance
Address: Springfield, VA 22150
Zip Code: 22150
 
Record
SN02831325-W 20120810/120809000319-25f274228fe2eea5eec7f34e5b221881 (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.