SOLICITATION NOTICE
99 -- Infrastructure Switches - J & A
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517210
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
- ZIP Code
- 09824-0280
- Solicitation Number
- FA5685-12-Q-0076
- Archive Date
- 10/5/2012
- Point of Contact
- Luke C Meister, Phone: 011903223168075, Richard B. Coleman, Phone: 3126766697
- E-Mail Address
-
luke.meister@incirlik.af.mil, richard.coleman@incirlik.af.mil
(luke.meister@incirlik.af.mil, richard.coleman@incirlik.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is the Justification for other than full and open competition. ATTENTION TO POTENTIAL OFFERORS (i) This is a combined synopsis/solicitation for a commercial item 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 will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA5685-12-Q-0076. (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, DFARS Change Notice 20120522, and Air Force Acquisition Circular 2012-0330. (iv) There is no small business set-aside for this acquisition. However, due to an established economic agreement between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey; as required by the Defense and Economic Cooperation Agreement, Supplementary Agreement 3, Article VI. If it is discovered that the U.S. Air Force is not able to make award to a business concern within the country of Turkey, it reserves the right to make award to a business concern that is not within the country of Turkey. The NAICS code assigned to this acquisition is 517210. The following contains: (v) A list of contract line item number and items, quantities and units of measure. There are 4 (four) CLIN Line Items on this Solicitation. These Line Items are Brand Name only Items. Please refer to the attached Brand Name J & A for more information. (vi) Description of requirements for the items to be acquired. CLIN 0001: ITEM: Cisco Catalyst Infrastructure Switches QUANTITY: 47 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Cisco Catalyst 3750V2 24 10/100 PoE + 2 SFP Standard Image. CLIN 0002: ITEM: Cisco Catalyst Infrastructure Switches QUANTITY: 30 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Cisco-Catalyst 3750V2 48 10/100 PoE + 4 SFP Standard Image CLIN 0003: ITEM: Cisco Smartnet Infrastructure Switches QUANTITY: 47 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Cisco-Smartnet for Catalyst 3750V2 24 CLIN 0004: ITEM: Cisco Smartnet Infrastructure Switches QUANTITY: 30 UNIT OF MEASURE: EACH ITEM DESCRIPTION: Cisco-Smartnet for Catalyst 3750V2 48 (vii) Period and place of delivery and acceptance point: 39 Communication Squadron, Incirlik AB, Turkey. Contractors will submit a number of Days for Delivery time within their quote. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda is made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be submitted in the English Language. Quotations received not in English will not be considered. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the contractor to meet the requirements of this solicitation. The last criteria is (ii) price. The Lowest Price Technically Acceptable method of evaluation will be used in this acquisition. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See sam.gov. (xi) The provision at 52.225-18, Place of Manufacture applies to this acquisition, (a) Definitions. As used in this clause- " Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) In the United States; or (2) Outside the United States. (xii) The provision at 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: 39th Contracting Squadron Unit 7090 Box 127, APO AE 09824-0127 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (xiii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xiv) 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 under paragraph (a)(1-3) and paragraph (b) are considered checked and applicable to the acquisition: (38), & (42). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR & DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1). (xv) The following additional contract clauses apply to this acquisition: (1) FAR 52.202-1 Definitions (2) FAR 52.204-7 Central Contractor Registration (3) FAR 52.222-50 Combat Trafficking in Persons (4) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (5) FAR 52.225-13 Restrictions on Certain Foreign Purchases (6) FAR 52.225-14 Inconsistency Between English Version & Translation of Contract (7) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) (8) FAR 52.229-6 Taxes-Foreign Fixed Price Contract (9) FAR 52.232-1 Payments (10) FAR 52.233-3 Protest after Award (11) FAR 52.233-4 Applicable Law for Breach of Contract Claim (12) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (13) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This contract incorporates one or more clauses 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 address: http://farsite.hill.af.mil (14) DFARS 252.225-7041 Correspondence in English. (15) DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties (16) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (17) DFARS 252.233-7001 Choice of Law (Overseas). (18) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: Ms. Tara Petersen, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: tara.petersen@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Ms. Heidi Hoehn, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: heidi.hoehn@ramstein.af.mil, Tel: 0049-637-147-2026, Fax: (49)-6731-47-2025. (19) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xvi) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xvii) Quotations are due by 4:30 PM Local Time on 20 September 2012 and must be valid for 30 Days. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xviii) Contact A1C Luke Meister at E-Mail: luke.meister@incirlik.af.mil or Richard Coleman at E-Mail: richard.coleman@incirlik.af.mil or Tel: 0-322-316-8075 for any questions or concerns regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-12-Q-0076/listing.html)
- Place of Performance
- Address: Incirlik Air Base, Turkey, Turkey
- Record
- SN02847442-W 20120822/120821000427-96dc0568456d5b9dc7140c455b03a635 (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 |