SOLICITATION NOTICE
70 -- Endace DAG7.5G4-C - COMBO Document
- Notice Date
- 8/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- F2MU922213A002
- Archive Date
- 9/20/2012
- Point of Contact
- Michael V. Doerr, Phone: 2106711746, Jamie Arthur, Phone: 2106715937
- E-Mail Address
-
michael.doerr.2@us.af.mil, jamie.arthur.1@us.af.mil
(michael.doerr.2@us.af.mil, jamie.arthur.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- A description of the requirement, as stated in the FBO post 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is F2MU922213A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and DFARS change notice 20120726. The Offeror must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The government will award a contract on the basis of the lowest priced offer. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, Discount Terms and Delivery Date. This is a 100 percent small business set aside. The NAICS Code is 334119 and the size standard in number of employees is 1000. (The quote shall be valid through 30 September 2012) REQUEST FOR QUOTE Endace DAG7.5G4-C SOLICITATION NUMBER F2MU922213A002 Brand Name- Endace 1. Submission of Quotes Due Date: As soon as possible but not later than Wednesday the 5th of September, 2012 at 12:00PM Eastern Standard Time (EST) Quotes may be faxed to 210-671-1199, Attention: SSgt Michael V. Doerr or Jamie M. Arthur. Quotes may be emailed to SSgt Michael V. Doerr, michael.doerr.2@us.af.mil (Email is preferred) 2. Company Info: Please provide the following information (if applicable): Legal Business/Company Name (as it is indicated in CCR/ORCA/SAM): DUNS # Cage Code Number: POC: Tel: E-Mail Address: Federal Tax ID#: ________________________ Type of Quote (please check one): ______ GSA _______ Open Market GSA Number: GSA Expiration Date 3. Description of Goods/Services: *This is a Brand Name requirement* Endace 4 Port SFP, 10/100/1000. IEEE802.3 Ethernet, Full height 4-lane PCI Express Network Monitoring Card. Enhanced Packet Processing providing hardware based packet header hashing and classification (64 filters) to drop, load balance, steer and/or clone packets to up to 32 receive streams. Support for IRIG-B and accessible DUCK. Packet Transmit with timed release (TRTERF). 4. Please complete the unit price/extended amount/total cost and terms below: 0001: Endace P/N DAG7.5G4-C, QTY 16 EA UNIT PRICE: TOTAL COST: Deliver/Ship To: Lackland AFB, TX FOB: (Government prefers Destination) Payment Terms: Delivery Date: _____________________ (after receipt of order) 5. This is a 100 percent small business set aside. 6. Basis for Award. The 802nd CONS will issue a purchase order to the vendor who is determined to have offered the lowest evaluated price to the government. Award will be made to the responsible vendor who quoted the lowest evaluated price. Since award will be based on initial responses, offers are highly encouraged to quote their most advantageous pricing in their initial response. 7. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 8. Discussions. The government intends to award a delivery order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. 9. If you have any questions, please contact the contract specialist, SSgt Michael V. Doerr at (210) 671-1746 or via e-mail at michael.doerr.2@us.af.mil or the contracting officer, Jamie Arthur at (210) 671-5937 or via email at jamie.arthur.1@us.af.mil. The fax number is (210) 671-1199. 10. Mandatory Registrations: To be eligible for award, the On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations must be current. If your Reps & Certs are not current go to http://www.ccr.gov/ or https://www.sam.gov/ 11. The following FAR/DFARS provisions and clauses are applicable to this request/solicitation for open market quotes: 52.204-11, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-17, Delivery of excess quantities 52.212-1, Instructions to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-6 Notice of Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.219-28, Post-Award Small business program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Sergated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messenging while Driving 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.246-17, Warranty of Supplies of a Noncomplex Nature 52.247-34, F.O.B. Destination 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Provisions 252.204-7004 Alt A, Central Contractor Registration 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). 252.232-7003, Electronic Submission of Payment Requests 5352.201-9101, Ombudsman Lackland 0003, Electronic Submission of Payment Requests Lackland 0007, Addendum to 52.212-4 Lackland 0009, Former AETC Clauses Lackland 0010, Security Requirements for Unclassified Solicitations and Contracts Lackland 0013, Contractor Personnel Conduct For full text reference, go to www.arnet.gov or http://farsite.hill.af.mil. QUOTE BY: ____________________________________________ TITLE: ________ (Typed or Printed Name) SIGNATURE: __________________________________________ DATE: __________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/F2MU922213A002/listing.html)
- Place of Performance
- Address: 92 IOS, 402 Greig St, Bldg 179, Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02857372-W 20120829/120828000933-79824499fbc8d77380778bc72c1675a3 (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 |