SOLICITATION NOTICE
58 -- Local Traffic Manager Switch - FA8751-13-Q-UDPR
- Notice Date
- 9/20/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-13-Q-UDPR
- Archive Date
- 10/8/2013
- Point of Contact
- Andrew S. Clark, Phone: 315/330-3272
- E-Mail Address
-
andrew.clark@us.af.mil
(andrew.clark@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FA8751-13-Q-UDPR Representations & Certifications Addendum 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-13-Q-UDPR is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130909. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 334210 and small business size standard of 1000 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis, including the cost of shipping FOB Destination: Item 01: Switch, Local Traffic Manager Qty: 2 Description: The switch shall meet or exceed the following specifications: 600k L7 requests per second, 220k L4 connections per second, 6 Gbps L4/L7 throughput, 500 TPS with 5000 maximum 2K keys and 4 Gbps bulk encryption, 50 Mbps hardware compression, 64 bit TMPS architecture, dual CPU dual core (4 processing cores), 8 GB memory, 2 x 1TB drives (RAID1), 16 GbE CU ports, 8 LX and 4 SX Gigabit fiber ports (SFP), dual 850W power supply, fits 2U industry standard rack mount chassis (F5-BIG-LTM-6900-8G-R or equal). Item 02: Hardware Maintenance Qty: 6 Description: Manufacturer authorized and supported hardware maintenance for the switch in Item 01. Premium level for 1 year each (F5-SVC-BIG-PRE-HW61 or equal). Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is 30 Days after Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is 26 NOS Maxwell AFB-Gunter Annex AL. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) MON 23 SEP 2013. Submit to: andrew.clark.25@us.af.mil or by mail to 26 Electronic Pkwy Rome NY 13441-4514 or by facsimile to 315-330-4434. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) No past performance information is required. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clause requires the contractor to provide Unique Identifiers (UIDs) for any item with a unit price greater than or equal to $5,000. (b)(12) If the offer is not submitted on the SF1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If an offeror does not register in the SAM database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: Price and Technical Capability. Both evaluation factors are of equal importance. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.212-3 Alt I, and DFARS 252.209-7995 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - Fiscal Year 2013 Appropriations. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside Alternate I 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.211-7003, Item Identification and Valuation 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.232-7006 Wide Area Workflow Payment Instructions 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil).Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-UDPR/listing.html)
- Record
- SN03197394-W 20130922/130920235742-5124039a1b2c32c9adcabae4a7496e56 (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 |