Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2011 FBO #3553
SOLICITATION NOTICE

70 -- Network Configuration and License

Notice Date
8/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-11-Trice-NOSLicense
 
Archive Date
9/6/2011
 
Point of Contact
Tracy Trice, Phone: 7572259974
 
E-Mail Address
tracy.trice1@langley.af.mil
(tracy.trice1@langley.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; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This requirement is unrestricted. The associated NAICS code is 423430 with a size standard of 100 employees. This RFQ contains 5 lines items. The line item description is as follows: CLIN 0001: Netflow Traffic analyzer for Orion NPM SLX license with 1st year maintenance. CLIN 0002: Orion IP SLA Manager SLAX (unlimited IP SLA source devices) license with 1st year maintenance. CLIN 0003: Solarwinds Network Configuration Manager DL500 License with 1st year maintenance. CLIN 0004: Engineer's Toolset License with 1st year maintenance. CLIN: 0005: Solarwinds Network Performance Monitor SLX Maintenance Annual Maintenance Renewal. End Item Description. The purpose of the above listed requirement is to enhance the monitoring and maintenance abilities of the Network Infrastructure. Submittal of "Or Equal" items is allowed under this solicitation. When quoting an "or equal" item, offeror must submit all descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB point is Destination. The required delivery date is NLT than 30 days after date of award. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. 252.225-1 Buy American Act - Supplies. Addenda to FAR 52.212-5: The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All quotes must be emailed to POC Tracy Trice at 633d CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer is the lowest price technically acceptable. Quotes must be submitted by 22 August 2011, 1200 pm, Eastern Standard Time (EST) to the 633d Contracting Squadron/LGCA, Attn: Tracy Trice, Contract Specialist, Commercial Phone 757-225-9974, Fax 757-225-7443, E-mail tracy.trice1@langley.af.mil. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database and ORCA, https://orca.bpn.gov/ prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT: Tracy Trice, Contract Specialist, Phone 757-225-9974, Fax 757-225-7443, tracy.trice1@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-11-Trice-NOSLicense/listing.html)
 
Place of Performance
Address: Langley Air Force Base, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02535145-W 20110817/110815235819-d5c08dc616555efe4d0edd77c8ae8bc5 (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.