SOLICITATION NOTICE
70 -- Network Switch for Science and Technology Building
- Notice Date
- 8/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1001 Indian School Road NW, Albuquerque, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- 12D01L0A298
- Response Due
- 9/5/2012
- Archive Date
- 3/4/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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.The solicitation number is 12D01L0A298 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334412 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-05 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Albuquerque, NM 87120 The Bureau of Indian Affairs requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, CISCO Catalyst 6500 48Port GBE 9 Slot Chassis 15RU NO PS and Fan Tray Part No. WS-C6509-E, 1, EA; LI 002, CISCO Catalyst 6500 Supervisor 2T with 2 Port 10GBE and MSFC5 PFC4 Part No. VS-S2T-10G, 2, EA; LI 003, CISCO Cat 6500 48 Port POE and Ready 10/100/1000MBPS ENET with Jumbo Frame Part No. WS-X6148E-GE-45 AT, 2, EA; LI 004, CISCO Catalyst 6509 Fan Tray for ISBU Part No. WS-C6509-E-FAN, 1, EA; LI 005, CISCO Catalyst 6500 3000W AC Pwr Supp Part No. WS-CAC-3000W, 2, EA; LI 006, CISCO AC Power Cord Part No. CAB-7513AC, 2, EA; LI 007, CISCO SMARTnet - Extended service agreement, replacement, 8x5 NBD for P/N: VS-C6509E-SUP2T Part No. CON-SNT-WS-C6509, 1, EA; LI 008, Cisco Catalyst 3750V2-24PS - switch - 24 ports - managed - rack-mountable Part No. WS-C3750V2-24PSE, 5, EA; LI 009, Cisco SMARTnet - Extended service agreement - replacement - 8x5 - NBD Part No. CON-SNT-3750V224, 5, EA; LI 010, Cisco Catalyst 3750V2-48PS - switch - 48 ports - managed - rack-mountable Part No. WS-C3750V2-48PSS, 1, EA; LI 011, Cisco SMARTnet - Extended service agreement - replacement - 8x5 - NBD Part No. CON-SNT-375V48PS, 1, EA; LI 012, Cisco Catalyst 3560-12PC - Switch - L3 - managed - 12 x 10/100 + 1 x combo Gigabit SFP - desktop - PoE Part No. WS-C3560-12PC-S, 3, EA; LI 013, Cisco SMARTnet - Extended service agreement - replacement - 8x5 - NBD Part No. CON-SNT-WSC12PCS, 3, EA; LI 014, Cisco - SFP (mini-GBIC) transceiver module - 1000Base-SX - LC/PC multi-mode - plug-in module - up to 0.6 miles - 850 nm Part No. GLC-SX-MM=, 9, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal After completion of work and prior to final payment, the Contractor shall furnish the Contracting Officer with a release of claims against the United States relating to this contract. The Release of Claims form (DI-137) shall be used for this purpose. The form provides for exception of specified claims from operation of the release. Contract Terms and Conditions Required to Implement Statutes or Executive Orders, FAR 52.212-05 The Contractor's invoices must be submitted before payment can be made. The Contractor will be paid on the basis of the invoice, which must state (a) the starting and ending dates of the subscription delivery, the contract or purchase order number and the word ?FINAL? on final invoice, (b) either that orders have been placed in effect for the addressees required, or that the orders will be placed in effect upon receipt of payment. (a) The Government may extend the term of this contract by written notice to the Contractor within five days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed nine months. FAR 52.229-10 State of New Mexico Gross Receipts and Compensating Tax, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.249-8 Termination for Default, FAR 52.249-01 Termination for Convenience, 52.232-24 Prohibition of Assignment of Claims, FAR 52.242-13 Bankruptcy, FAR 52.233-1 Disputes, 52.249-08 Default (fixed price supply and service), FAR 229-04 Federal, State, and Local Taxes, FAR 1452.204-70 Release of Claims, FAR 42.1303 Stop work orders, FAR 52.242-15 Stop work orders. FAR 52.243-1 Changes. May be view at http://www.farsite.hill.af.mil, https://www.acquisition.gov/far, http://www.doi.gov/pam/aindex.html Service of Protest--Department of the Interior (Deviation), FAR 52.233-02 To Bid on this opportunity, Seller must be Cisco Gold, Silver or Premier Partners. No exceptions. An award will be made to a responsive offeror who submits all required submissions on time, whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's listed specs whichever is applicable to the buy. Preference will be given to offeror?s who can provide exact items. The items must be compatible with current equipment in use. The purchase description for all line items is 'EXACT MATCH ONLY'. For Exact Match Only Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this Buy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/12D01L0A298/listing.html)
- Place of Performance
- Address: Albuquerque, NM 87120
- Zip Code: 87120
- Zip Code: 87120
- Record
- SN02858110-W 20120830/120828235814-4a9a11a672f11649e9ab35203e558443 (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 |