|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1999 PSA#2351United States Air Force, Air Education and Training Command, Goodfellow
AFB, Contracting Squadron, 210 Scherz Blvd, Bldg 707, Goodfellow AFB,
TX, 76908-4705 70 -- ATM TECHNOLOGY SOL F41614-99-Q-0237 DUE 060399 POC Patrick
Foster, Contract Specialist, Phone 915-654-3818, Fax 915-654-5149,
Email patrick.foster@goodfellow.af.mil -- Diane Rasmussen, Chief,
Commodities Flight, Phone 915-654-3814, Fax 915-654-5149, Email WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41614-99-Q-0
237&LocID=584. E-MAIL: Patrick Foster,
patrick.foster@goodfellow.af.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format of 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. The solicitation number is
F41614-99-Q0237 and is issued as a request for quotation. Please visit
www.eps.gov and register to automatically receive procurement
notifications from EPS. The system will inform you, via e-mail, when
there has been activity on EPS concerning this solicitation.
Solicitation provisions are those in effect through Federal Acquisition
Circular 97-11 and DCN 19990503. This acquisition is open to both large
and small businesses. CLIN 0001: MFG: Fore Systems PN: ASX-1000/7.5AC,
Expandable Backbone ATM Switch, QTY: 2. Includes 1 AC Power Supply,
common equipment card, 1 i960HA16 switch control processor with 32 MB
DRAM per switch module, Forethought Software Base configuration: UNI
3.0, IISP, FORE IP, SNMP, CIP Client, and LANE clients, 3 switch
modules with 12 Net Mod slots. Must use operating system ForeThought
5.3.1 or higher. Must interface flawlessly and be fully manageable with
ForeView Network Management and Spectrum Network Management software.
Must operate under ILMI, UNI 3.0/3.1/4.0, ELAN, ForeThought PNNI and
Fore IP protocols. Must have a non-blocking backplane, support 64 or
more OC-3 Sonet circuits for either multimode or singlemode. Beta
models are unacceptable. CLIN 0002: MFG: Fore Systems PN: ASX-1000
Redundant AC power supply, installed in CLIN 0001. QTY: 2 CLIN 0003:
MFG: Fore Systems PN: PS-1000AC-R ForeThought PNNI License for
ASX-1000. QTY: 2 CLIN 0004: MFG: Fore Systems P/N: NM-4/155MMSCLC.
OC-3c/STM-1 LC Series Network Module. QTY: 8. 4 @ 155 MBps Multimode
fiber ports _ SC (3.0.1) 64K Cell Memory Buffer. Must be completely
compatible with CLIN 0001. CLIN 0005: MFG: Fore Systems PN:
NM-4/155SMIRLC. OC-3c/STM-1 LC Series Network Module. QTY: 16. 4 @ 155
MBps Singlemode fiber ports, SC (3.0.1) 64K Cell Memory Buffer. Must
be completely compatible with CLIN 0001. This is a brand name request
_ the government has determined these items alone will meet the minimum
requirements of this acquisition. All items must be Y2Kcompliant. State
warranty provisions in offer. FOB Point is Goodfellow AFB, Texas. FAR
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998):
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may
include blocks that must be completed by the offeror and submitted with
its quotation or offer. In lieu of submitting the full text of those
provisions, the offeror may identify the provision by paragraph
identifier and provide the appropriate information with its quotation
or offer. Also, the full text of a solicitation provision may be
accessed electronically at this/these address(es): farsite.hill.af.mil.
The following solicitation provisions are incorporated by reference:
FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2,
Evaluation Commercial Items, with the following amendment: _The
following factors shall be used to evaluate offers: Price, Past
Performance, and Warranty;_ FAR 52.212-3, Offeror Representations and
Certifications, Commercial Items; DFARS 252.204-7004, Required Central
Contractor Registration; and DFARS 252.212-7000, Offeror
Representations and Certifications, Commercial Items. The following
clauses apply to this acquisition: FAR 52.212-4, Terms and Conditions,
Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders _ Commercial Items; and DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items. FAR 52.212-5 has the following blocks checked: FAR
52.203-6, Restrictions on Subcontractor Sales to the Government, with
Alternate 1; FAR 52.219-4, Notice of Price Evaluation Preference for
HUBzone Small Business Concerns; FAR 52.219-23, Alternate I, Notice of
Price Evaluation Adjustment for Small Disadvantaged Business Concerns;
FAR 52.222-21, Prohibition of Segregated Facilitates; FAR 52.222-26,
Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative
Action for Workers with Disabilities; FAR 52.222-37, Employment Reports
on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy
American Act, Supplies; and, FAR 52.232-22, Payment by Electronic Funds
Transfer _ Central Contractor Registration. DFARS 252.212-7001 has the
following blocks checked: DFARS 252.225-7007, Buy American Act _ Trade
Agreements _ Balance of Payments Program, Alt I; DFARS 252.225-7012,
Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy
American Act _ North America Free Trade Agreement Implementation Act _
Balance of Payments Program; DFARS 252.227-7015, Technical Data,
Commercial Items; DFARS 252.227-7037, Validation of Restrictive
markings on Technical Data; and, DFARS 252.243-7002, Certifications of
Requests for Equitable Adjustment. Offerors must complete copies of
FAR 52.212-3 and DFARS 252.212-7000 and attach to offer.
Responses/Offers are due to 17th CONS/LGCS, 210 Scherz Blvd, Goodfellow
AFB, TX, 76908, by 4:30 PM CST, 3 June 1999. Offers may be sent by
mail, fax, or electronically. All inquiries shall be by mail, fax, or
email _ no telephonic inquiries will be accepted. POC: SSgt Patrick
Foster, patrick.foster@goodfellow.af.mil. Contracting Officer: Diane
Rasmussen, diane.rasmussen@goodfellow.af.mil. Fax number: (915)
654-5149. Mailing Address: 17 CONS/LGCS, 210 Scherz Boulevard,
Goodfellow AFB, TX, 76908. Posted 05/19/99 (D-SN333244). (0139) Loren Data Corp. http://www.ld.com (SYN# 0306 19990521\70-0008.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|