MODIFICATION
70 -- Matrix Switch Maintenance
- Notice Date
- 6/17/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Miami Division (PARC Americas 410th CSB), ATTN: SOBO-DC, 8300 NW 33 Street, Suite 110, Miami, FL 33122-1940
- ZIP Code
- 33122-1940
- Solicitation Number
- W91QEX-14-T-0020
- Response Due
- 6/26/2014
- Archive Date
- 8/16/2014
- Point of Contact
- Renina Miller-Grant, 305-437-2669
- E-Mail Address
-
Miami Division (PARC Americas 410th CSB)
(renina.c.millergrant.mil@mail.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; proposals are being requested and a written solicitation will not be issued. I.This is a Combined Synopsis/Solicitation for commercial items with the intent to award in accordance with the information in FAR Subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13.1, as supplemented with the additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested a written solicitation will not be issued. Paper copies of this solicitation will not be available. II.The Request for Quotation (RFQ) number is W91QEX-14-T-0020. III.This solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. IV.This action is being solicited as a 100% small business set-aside and only qualified offerors may submit a quote. The North American Industry Classification System code is 334111 and Small Business Size Standard is 1000 employees. The Standard Industrial Classification (SIC) is 7378. A firm fixed price purchase order will be awarded. Both clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. ITEMDESCRIPTIONUNIT QUANTITY 0001 PIM 4G-DC UCS 2900 Universal Fiber and Copper, 4Gig, 32EA4 0002 PIM RS-422 UCS 2900 RS-422 PIM EA20 0003 PIM-T3 UCS 2900 T3 PIMEA1 0004 UCS-2908 Central Switch Platform- 8 PIM CapacityEA2 0005UCS-2910 Central Switch Platform-32 PIM CapacityEA 1 1001 Opt Yr 1 PIM 4G-DC UCS 2900 Universal Fiber and Copper, 4Gig, 32EA4 1002 Opt Yr 1PIM RS-422 UCS 2900 RS-422 PIMEA20 1003 Opt Yr 1PIM-T3 UCS 2900 T3 PIMEA1 1004 Opt Yr 1UCS-2908 Central Switch Platform- 8 PIM CapacityEA 2 1005 Opt Yr 1UCS-2910 Central Switch Platform-32 PIM CapacityEA1 2001 Opt Yr 2 PIM 4G-DC UCS 2900 Universal Fiber and Copper, 4Gig, 32EA4 2002 Opt Yr 2 PIM RS-422 UCS 2900 RS-422 PIM EA20 2003 Opt Yr 2 PIM-T3 UCS 2900 T3 PIMEA1 2004 Opt Yr 2 UCS-2908 Central Switch Platform- 8 PIM CapacityEA2 2005 Opt Yr 2UCS-2910 Central Switch Platform-32 PIM Capacity EA1 V. Description of Requirement: Matrix Switch Maintenance Support for the 525th Signal Company which provides the operation and maintenance (O&M) support for the HQ USSOUTHCOM network. The matrix switch is the main connection to all circuits in and out of the 525th Signal Company SOUTHCOM area of responsibility. The matrix switch is monitored locally and serves as an electronic patch panel. It allows troubleshooting and testing both intrusively and un-intrusively, without service interruption thereby saving downtime throughout the combatant command. VI.Quotes must be received by 26 June 2014, 1:00 pm EST. The Contracting Office point of contact is Major Renina Miller-Grant, renina.c.millergrant.mil@mail.mil, phone 305-437-2669. VII.52.212-1, Instructions to Offerors - Commercial Items Addendum Quotation Preparation and Instructions. The Government intends to award a Firm-Fixed Price (FFP) contract for supplies identified within this combined/synopsis solicitation. Bids from Sellers unable to accept Purchase Orders or Deliver Orders will not be considered for award. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. Electronic Quotes Required. Offers must be submitted electronically to renina.c.millergrant.mil@mail.mil. Offers submitted electronically, must be submitted via electronic media using any of the following electronic formats: (1) Files readable using Microsoft Office Products: Word, Excel, PowerPoint. (2) Files in Adobe PDF (Portable Document Format). (3) No files may be submitted in compressed form using WinZip, or other self-extracting files. (4) The offer should be accompanied by an electronic cover letter (letter of transmittal) which will be the body of the e-mail response to this solicitation, to identify all enclosures being transmitted in the message. (5) The offeror agrees to hold the prices in its quote for 30 calendar days from the date specified for receipt of offers. Point of Contact: The Contracting Office point of contact is: Contract Specialist, Major Renina Miller-Grant, renina.c.millergrant.mil@mail.mil, phone 305-437-2669. Contractors must be registered in the System For Award Management (SAM) database and Wide Area Workflow (WAWF) in order to participate in this requirement and be eligible for award. VIII. 52.212-2, Evaluation - Commercial Items Addendum The Government will award to the lowest price responsible offeror that successfully meets all acceptance requirements. IX.The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition and offerors must include a complete copy of this provision with its offer. X.The clause at FAR 52.214-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. XI.The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, successfully meets all acceptance requirements. Clauses: The selected Offeror must comply with the following commercial item terms and condition, which are incorporated here by reference: FAR 52.203-3 - Gratuities FAR 52.203-7 - Anti-Kickback Procedures FAR 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 252.203-7000 - Requirements Relating to Compensation of Former Officials; FAR 252.203-7001 - Prohibition On Persons Convicted of Fraud or Other Defense-Contract Related Felonies FAR 52.204-7 - System For Award Management FAR 52.204-8 - Annual Representation and Certifications FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-28 - Post Award Small Business Program Representation FAR 52.222-21 - Prohibition of Segregated Facilities; FAR 52.222-26 - Equal Opportunity; FAR 52.222-37 - Equal Opportunity for Veterans FAR 52.222-50 - Combating Trafficking in Persons FAR 52.223-6 - Drug Free Workplace FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-25 - Prompt Payment FAR 252.232-7010 - Levies on Contract Payments FAR 233-1 - Disputes FAR 52.233-3 Protest After Award FAR 52.252-2 - Clauses Incorporated By Reference DFAR 252.232-7006 - Wide Area Work Flow
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0d697b807b6220cc5bcad596320e3a6f)
- Place of Performance
- Address: 9301 NW 33rd St Doral FL, 33027
- Zip Code: 33172
- Zip Code: 33172
- Record
- SN03398059-W 20140619/140617235917-0d697b807b6220cc5bcad596320e3a6f (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 |