Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2016 FBO #5399
SOURCES SOUGHT

60 -- SIPR Work Area Outlets - SIPR Work Area Outlets SOR - MAXWELL-F2X3C56229AC01

Notice Date
9/2/2016
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
MAXWELL-F2X3C56229AC01
 
Archive Date
9/23/2016
 
Point of Contact
Michael E. Grayson, Phone: 334-953-0530, Marcus Abram, Phone: 334-953-5530
 
E-Mail Address
michael.grayson.4@us.af.mil, marcus.abram@us.af.mil
(michael.grayson.4@us.af.mil, marcus.abram@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought SIPR Work Area Outlets SIPR Work Area Outlets SOR The 42d Contracting Squadron, Maxwell AFB, AL is requesting information from industry to assist in finalizing the acquisition strategy for the purchase of all the necessary parts and equipment to acquire SIPR Work Area Outlets (WAOs). The Government is seeking information from industry to assist in determining what brand name products are on the market for networking equipment, server enclosures and racks accessories, fiber enclosures and fiber optic cables. The table below identifies the known brand name products, but would like to determine if there are any "or equal" brands on the market that can meet the minimum "or equal" specifications identified in the attached Statement of Requirement (SOR). Item No. Description of Requirement Quantity 0001 Cisco Catalyst 2960X-24PS-L 24-Port Gigabit Ethernet Switch. Part Number: WS-C2960X-24PS-L. 1 ea 0002 Cisco Service Agreement 1 year SmartNet for 2960X switch. Part Number: CON-SNT-WSC224SL. 1 ea 0003 Cisco Interface Module 1000BASE-T SFP Module Cisco GLC-T= SFP (mini-GBIC) Transceiver Part Number: GLC-LH-SMD. 1 ea 0004 Corning Distribution Panel, Closet Connector Housing (CCH) or equal. To be considered equal, must meet the following specifications: Closet Connector Housing (CCH) Panel, LC adapters, Duplex, UPC, 6 F, Single-mode (OS2). Part Number: CCH-CP06-A9. 2 ea 0005 Hoffman Wall Mount Distribution Center or equal. To be considered equal, must meet the following specifications: Enclosure; Wall-Mount; Mild Steel; D-Box; 24x24x12.34; 6 Rack Units; Lt Gray. Part Number: DBS242412G. 1 ea 0006 Hoffman Equipment Rack Angles or equal. To be considered equal, must meet the following specifications: D-Box Equip Rack Angle 6U, 6RU, Steel. Part Number: DBERA6U 2 ea 0007 Hoffman Fan Filter and Finger Guard Kit or equal. To be considered equal, must meet the following specifications: Non-Metallic Fan Filter/Finger Guard Kit, Diameter: 4", Part Number: AFLTR4LD. 1 ea 0008 Leviton QuickPort Patch Panel 24 Port 1RU or equal. To be considered equal, must meet the following specifications: QuickPort Shielded Flat - patch panel with cable management - 1U, Part Number: 4S255-S24. 3 ea 0009 Panduit Cat6 green UTP cable 7 ft. or equal. To be considered equal, must meet the following specifications: Copper Patch Cord, Category 6, Green UTP Cable, 7 ft., Part Number: UTPSP7GRY. 5 ea 0010 Panduit Cat6 green UTP cable 3 ft. or equal. To be considered equal, must meet the following specifications: Copper Patch Cord, Category 6, Green UTP Cable, 3 ft., Part Number: UTPSP3GRY. 5 ea 0011 Tripp Lite 3M Duplex Single mode Fiber 8.3/125 Patch Cable LC/LC 10ft or equal. To be considered equal, must meet the following specifications: 3-meter (10ft), single-mode duplex fiber optic LC/LC patch cable, Part Number: N370-03M. 2 ea NOTES OF IMPORTANCE: 1. A solicitation does not exist for this requirement. This is only a request for information (RFI), so please do not submit proposals. The Government does not intend to award a contract on the basis of this RFI. 2. If the government decides to pursue a solicitation, portions of your RFI response may be incorporated into the final solicitation. Respondents are discouraged from submitting any information deemed competition-sensitive or proprietary. 3. Respondents will not be reimbursed for any costs incurred in responding to this RFI. Information submitted will not be returned to the respective respondents. 4. Oral submissions of information will not be considered in response to this RFI. To assist the Government in developing a potential acquisition strategy, please provide the following information: 1. GENERAL INFORMATION: a. Does your company provide the items specified in the requirements described above? Please answer yes or no, if your company is capable of fulfilling this requirement. If yes, provide your company's full name, business size, address, point of contact and telephone number. b. How much lead time is required to meet this requirement? i. Please provide the number of days it will take your company to acquire the products and assemble the products. ii. How much time will be required to ship the units to Maxwell AFB? c. If your company can meet this requirement please provide a yes or no answer, to the following questions in regards to the non-manufacturer rule: i. Will your company manufacturer the products required to meet this requirement. ii. Is your company a small business? iii. Will the products required to meet the requirement be purchased from U.S. owned Small Business Manufacturer? 2. CAPABILITIES: Please address the following regarding your capabilities in meeting the requirements contained in the attached "draft" SOR: a. Does your company provide the SIPR/NIPR WAOs specified in the SOR? Please answer yes or no, if your company is capable of fulfilling this requirement. b. If your company is able to provide a "brand name" specific item please indicate so in your company's response. c. If your company can provide an "or equal" product that will meet the minimum specifications listed in the attached SOR, please provide the product name, item number, and specifications. d. Project Milestone Plan (PMP). As a part of this RFI, the Government would like to obtain the standard lead time for the products contained in the table above and the attached SOR. Please complete the table below based on days after contract. Description Days After Contract Product Ordering Product Delivery 1. RESPONSES: : Request that all responses to this RFI be submitted by Noon, 8 Sep 2016, CDT to the points of contact identified below: Primary POC Alt POC Alt POC Name: Matthew Hendricks Michael Grayson Marcus Abram Phone #: (334)-953-5227 (334) 953-0530 (334) 953-3526 E-mail: Matthew.hendricks.2@us.af.mil Michael.grayson@us.af.mil marcus.abram@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/MAXWELL-F2X3C56229AC01/listing.html)
 
Place of Performance
Address: 42 CONS/LGCA, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN04253438-W 20160904/160902234538-23aa2cb209ecd9c5f5aef8d33ac11087 (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.