Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
MODIFICATION

70 -- CISCO Switches - Ammended Pricing Schedule

Notice Date
8/27/2015
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
US Air Force Europe - 31 CONS
 
ZIP Code
00000
 
Solicitation Number
FA5685-15-Q-X018
 
Archive Date
9/15/2015
 
Point of Contact
Matt Mayo, Phone: 0039434307969, Thomas Harvey,
 
E-Mail Address
matthew.mayo@us.af.mil, thomas.harvey.4@us.af.mil
(matthew.mayo@us.af.mil, thomas.harvey.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Ammended Pricing Schedule THIS IS A BRAND NAME REQUIREMENT, PLEASE SEE ATTACHED J&A. This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION 5.202(a) (12), THIS SOLICITATION IS INTENDED ONLY FOR LOCAL SOURCES DULY AUTHORIZED TO OPERATE AND DO BUSINESS IN TURKEY AS PRESCRIBED BY DFARS 225.1103(3). DECA information "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." (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number FA5685-15-Q-X018 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular, DFARS DPN and Air Force Acquisition Circular. (iv) This solicitation is issued as competitive, full and open, unrestricted action. The North American Industry Classification System (NAICS) code is 334210 (v) Potential offerors are to quote on the following line items: CLIN ITEM DESCRIPTION QTY/UOI PRICE EXT PRICE 0001 Cisco model number: WS-3850-48F-E (IP Services feature set) 48 Port Switch / Brand Name and Part Number specific required 13 EA 0002 Cisco model number: WS-C3850-24P-E (IP Services feature set) 24 Port Switch / Brand Name and Part Number specific required 09 EA 0003 Cisco model number: WS-C3850-12S-E (IP Services feature set) 12 Port Switch / Brand Name and Part Number specific required 12 EA 0004 Cisco model number: WS-C3850-24S-E (IP Services feature set) 24 Pt Fiber Switch / Brand Name and Part Number specific required 4 EA 0005 Cisco model number: C3850-NM-4-1G (Four port uplink) Network Module / Brand Name and Part Number specific required 34 EA 0006 Cisco model number: C3KX-PWR-715WAC Power Supply / Brand Name and Part Number specific required 42 EA 0007 Cisco model number: C3KX-PWR-350WAC Power Supply / Brand Name and Part Number specific required 8 EA 0009 Cisco model number: C3KX-PWR-1100WAC Power Supply / Brand Name and Part Number specific required 26 EA ** All prices must be in US Dollars** TOTAL: (vi) The description of requirements for the items to be acquired is indicated at item (v) above. (vii) Items will be delivered and accepted at FOB Destination: Area E, Incirlik Air Base Turkey (coordination must be made with POCs in paragraph (xvi) below before delivery (viii) FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (Jul 2013), applies to this acquisition. Following Addenda to this provision: Paragraph (b) Submission of Offers is added to read: Quotations shall contain at the minimum the following information: - Name and address of offeror/firm, POC, phone number, and email - Technical data: **Only brand name items will be accepted ** - Delivery terms - CAGE Code (for SAM verification) - Must be SAM and WAWF registered to receive award (ix) The Government intends to award a purchase order to the responsible vendor whose quotation represents the best value after evaluation in accordance with the following factors: - Price, determined reasonable and affordable - Technical data listed in the items description that will be examined to determine compliance with requirements of this solicitation (x) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I **SAM registration is acceptable** (xi) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. No addenda to this clause. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION). (xiii) The following clauses and provisions apply to this solicitation and are included in full text or by reference with the same force and effect as if they were given in full text: 52.204-7 System for Award Management 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran Representation and Certification 52.232-33 Payment by Electronic Fund Transfer- System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.o.b. Destination 52.252-1 Solicitation Provisions Incorporated by Reference (Inserts: http://farsite.hill.af.mil) 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A - System for Award Management 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.232.7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.232-7008 Assignment of Claims (Overseas) 252.233-7001 Choice of Law (Overseas) 5352.201-9101 Ombudsman 5352.242-9000 Contractor Access to Air Force Installations ***Contractor Fill in: 252.229-7001 Tax Relief - NAME OF TAX:______________ RATE (PERCENTAGE): ____________________*** ***NOTE: The clauses above shall be those in effect per the information given in paragraph (iii) of this RFQ*** Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/. Contact the SAM registration office in the US at: 866-606-8220, International Calls: 334-206-7828, however, a Duns number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number. (xiv) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xv) Offers are due to 39 CONS/LGCZ no later than 1000 hrs(Local Time), 31 August 2015. Offers shall be e-mailed/delivered to the POCs indicated below (xvi) The point of contact for this solicitation is Matthew Mayo/Contracting Officer (matthew.mayo@us.af.mil), tel. 0322-316-6919 or Thomas Harvey/Contracting Officer (thomas.harvey.4@us.af.mil), tel. 0322-316-6919 and the group email is LGCZIncirlik@gmail.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f18df587bb4d1494a7fdf095634b527f)
 
Place of Performance
Address: Incirlik Air Base, Turkey, Adana, Non-U.S., Turkey
 
Record
SN03860600-W 20150829/150828001102-f18df587bb4d1494a7fdf095634b527f (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.