Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2014 FBO #4624
MODIFICATION

59 -- CISCO Router and Associated parts: SEE ATTACHED LIST OF MATERIALS

Notice Date
7/21/2014
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
118 MSG/MSC, 240 Knapp Boulevard, Nashville, TN 37217-2538
 
ZIP Code
37217-2538
 
Solicitation Number
W912L7-14-Q-0247
 
Response Due
7/24/2014
 
Archive Date
9/19/2014
 
Point of Contact
Bryan White, 615-660-8889
 
E-Mail Address
118 MSG/MSC
(bryan.white.3@ang.af.mil)
 
Small Business Set-Aside
N/A
 
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 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912L7-14-Q-0247 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-39. (IV) This acquisition is being procured on an unrestricted basis. The associated NAICS code for this acquisition is 334111 small business size standard is 1000. (V) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- Quantity 1 EACH - CISCO Router and Associated parts in accordance with LIST OF MATERIAL. NOTE: This is a BRAND NAME requirement NO EQUAL will be allowed. Items listed also must be TAA complaint. Failure to include sufficient information may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification. Request for such information does not constitute discussions. AFISRA 900.0600 Certification of Cisco Products The vendor shall certify that they are a Cisco Registered Partner as of the date of the submission of their offer, and that they have the certification/specialization level required by Cisco to support both the product sale and product pricing. The vendor shall source Cisco products Directly from Cisco or through the US authorized distribution channels only. Products obtained outside these channels may require additional costs associated with product Relicensing and inspection fees before Cisco will enter into Warranty/Service support for the product in question. Those distribution channels are Comstor (US), Ingram Micro (US), Tech Data (US) and Cisco Direct. Further, the AF ISR Agency must be the original licensee of all Cisco Software. The vendor shall also certify that each end product to be delivered under this Contract is a U.S. made end product, a designated country end product, a Caribbean Basin country end product, a Canadian end product, or a Mexican end product as defined in the clause entitled quote mark Trade Agreements Act quote mark at FAR 52.225-5. In the event the Cisco products have been acquired from un-authorized channels, or otherwise do not comply with the above, the AF ISR Agency reserves the right to return the products for a full refund. quote mark (VII) Place of Delivery: 240 Knapp Blvd. Nashville TN, 37217, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.203-3, Gratuities; 52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied-Double Sided on Recycled paper; 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns (DEVIATION); 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 Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-5, Trade Agreements. 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-2, Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: 118th AW/MSC 240 Knapp Blvd Nashville, TN 37217 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252-225-7012, Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled quote mark Questions and Answers quote mark. Offerors are requested to submit questions to the email address noted below not later than 27 Jul 2011. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due to the 118th AW/MSC 240 Knapp Blvd, Nashville, TN 37217, by 15 July 2014, 1:00 p.m. central standard time. Email quotes will be accepted at 118AW.MSC@ang.af.mil or bryan.white.3@ang.af.mil. Quotes may not be faxed at this time. (XVI) Point of Contact is SMSgt Bryan White (615)660-8889 or email bryan.white.3@ang.af.mil..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-3/W912L7-14-Q-0247/listing.html)
 
Place of Performance
Address: 118 MSG/MSC 240 Knapp Boulevard, Nashville TN
Zip Code: 37217-2538
 
Record
SN03432333-W 20140723/140721235300-4f077027971aeb9b8cdbdced7d2918da (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.