SOLICITATION NOTICE
58 -- Fallout SIPR Service Expansion
- Notice Date
- 4/30/2020 12:30:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
- ZIP Code
- 82005-2860
- Solicitation Number
- FA461320Q1018
- Response Due
- 5/18/2020 12:00:00 PM
- Archive Date
- 06/02/2020
- Point of Contact
- Budd H. Butcher, Courtney B. Chiporo
- E-Mail Address
-
budd.butcher@us.af.mil, courtney.chiporo@us.af.mil
(budd.butcher@us.af.mil, courtney.chiporo@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- �Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.� All quotes shall be good until 31 Dec 2020 Combined Synopsis/Solicitation Solicitation Number: FA461320Q1018 Purchase Description: FALLOUT SIPR Service Expansion This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the beta.SAM.gov web-site as a Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461320Q1018, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334210, with a small business standard of 1,250 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2020-05 effective 30-Mar- 2020, Defense Federal Acquisition Regulation Supplement DPN 20190430 effective 24-Mar-2020 and Air Force Federal Acquisition Regulation Supplement AFAC 2019-1001 effective 03-Oct-2019. DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination. The Contractor shall provide the following: THIS IS A BRAND NAME/MANUFACTURER REQUIREMENT �Must be Cisco Registered Partner or Cisco Authorized Distributor� CLIN0001 Manufacturer Part # C9300-24S-1A Description: Cisco Brand Name/OEM only C9300 24P FIBER Quantity: 18 each Price:� $____________ CLIN0002 Manufacturer Part # C9300-NW-1A-24 Description: Cisco Brand Name/OEM only C9300 NETWORK ADVANTAGE, 24-PORT LICENSE Quantity: 18 each Price:� $____________ � CLIN0003 Manufacturer Part # PWR-C1-715WAC-P Description: Cisco Brand Name/OEM only 715W AC 80+ PLATINUM CONFIG 1 POWER SUPP Quantity: 18 each Price:� $____________ CLIN0004 Manufacturer Part # PWR-C1-715WAC-P/2 Description: Cisco Brand Name/OEM only 715W AC 80+ PLATINUM CONFIG 1 SECONDARYP Quantity: 18 each Price:� $____________ CLIN0005 Manufacturer Part # CAB-TA-NA Description: Cisco Brand Name/OEM only CABINET JUMPER POWER CORD, 125 VAC, 12 A��� Quantity: 36 each Price:� $____________ CLIN0006 Manufacturer Part # C9300-NM-8X Description: Cisco Brand Name/OEM only CATALYST 9300 8 X 10GE NETWORK MODULE����������� Quantity: 18 each Price:� $____________ CLIN0007 Manufacturer Part # CAB-SPWR-30CM Description: Cisco Brand Name/OEM only CATALYST STACK POWER CABLE 30 CM Quantity: 18 each Price:� $____________ CLIN0008 Manufacturer Part # S9300UK9-1612 Description: Cisco Brand Name/OEM only CISCO CATALYST 9300 XE 16.12 UNIVERSAL Quantity: 18 each Price:� $____________ CLIN0009 Manufacturer Part # STACK-T1-50CM Description: Cisco Brand Name/OEM only .5M TYPE 1 STACKING CABLE Quantity: 18 each Price:� $____________ CLIN0010 Manufacturer Part # PI-LFAS-T Description: Cisco Brand Name/OEM only PRIME INFRASTRUCTURE LIFECYCLE & ASSURAN������� Quantity: 18 each Price:� $____________ �� CLIN0011 Manufacturer Part # PI-LFAS-AP-T-1Y Description: Cisco Brand Name/OEM only PI DEV LIC FOR LIFECYCLE & ASSURANCE TER Quantity: 18 each Price:� $____________ CLIN0012 Manufacturer Part # C9300-DNA-1A-24S Description: Cisco Brand Name/OEM only C9300 DNA ADVANTAGE, 24-PORT FIBER TERM L���� Quantity: 18 each Price:� $____________ CLIN0013 Manufacturer Part # C9300-DNA-A-24S-1Y Description: Cisco Brand Name/OEM only C9300 DNA ADVANTAGE, 24-PORT FIBER, 1 YE�������� Quantity: 18 each Price:� $____________ CLIN0014 Manufacturer Part # NETWORK-PNP-NONE Description: Cisco Brand Name/OEM only NETWORK PLUG-N-PLAY OPT OUT Quantity: 18 each Price:� $____________ CLIN0015 Manufacturer Part # SFP-10G-SR++= Description: Cisco Brand Name/OEM only 10GBASE-SR SFP MODULE������ Quantity: 18 each Price:� $____________ CLIN0016 Manufacturer Part # SFP-10G-LR++= Description: Cisco Brand Name/OEM only 10GBASE-LR SFP MODULE, TAA COMPLIANT Quantity: 18 each Price:� $____________ CLIN0017 Manufacturer Part # GLC-GE-100FX= Description: Cisco Brand Name/OEM only 100BASE-FX SFP FOR GE SFP PORT ON 3750,3 Quantity: 450 each Price:� $____________ � CLIN0018 Manufacturer Part # GLC-TE++= Description: Cisco Brand Name/OEM only 1000BASE-T SFP TRANSCEIVER MODULE FOR CA������������ � Quantity: 36 each Price: �$____________ DELIVERY DATE(S): Estimated Delivery 90 Days After Date of Order/Contract PLACE OF DELIVERY: F.E. Warren AFB, WY RFQ Questions All questions must be emailed to budd.butcher@us.af.mil and received no later than 1300 PM MST on Friday, 8 May 2020. Responses/quotes MUST be received no later than Monday, 18 May, 2020; 1300 (Mountain Standard/Daylight Time). Forward responses by e-mail to budd.butcher@us.af.mil. � Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award. APPLICABLE FAR CLAUSES: All applicable Provision/Clauses can be found in the attached document.� The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis solicitation for easier viewing for the vendor. FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (m) (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. (3)� The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively.� Further, the term �award� shall be understood to describe the Government�s issuance of an order. (4)� The Government will consider all quotes that are timely received and may consider late quotes.� Failure of a quote to address any items required in the submission package may make a quote unacceptable. (5)� Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: (1)� Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price. (2)� Total Firm Fixed price (3)� Any Discount Terms (4)� Estimated time of delivery (5)� Technical Submission Requirements (i.) For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule. (ii.) For a Services buy, the vendor shall provide a Statement of Work (SOW) based on the provided Statement of Objectives (SOO). FAR 52.212-2� Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. �The following factors shall be used to evaluate offers: (i) technical capability of the item offered: meets brand name to the Government requirement/specifications as identified within each CLIN. (ii) price: Award will be made to the lowest price technically acceptable. �No additional information from the offeror will be required if the price is based on adequate price competition. �In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (b) deleted (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. �Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. (DEC 2018) As prescribed in 232.7004(b), use the following clause: �WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) �(a) Definitions. As used in this clause- �Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. �Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request and receiving report are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. �(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. �(c) WAWF access. To access WAWF, the Contractor shall- �(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and �(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. �(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ �(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. �(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: �(1) Document type. The Contractor shall submit payment requests using the following document type(s): �(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. �(ii) For fixed price line items �(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. �Invoice and Receiving Report (Combo) �(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. �N/A �(iii) For customary progress payments based on costs incurred, submit a progress payment request. �(iv) For performance based payments, submit a performance based payment request. �(v) For commercial item financing, submit a commercial item financing request. �(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. �(f) [Note: The Contractor may use a WAWF combo document type to create some combinations of invoice and receiving report in one step.] �(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. �Routing Data Table* | Field Name in WAWF || Data to be entered in WAWF | | Pay Official DoDAAC || F87700 | | Issue By DoDAAC || FA4613 | | Admin DoDAAC || FA4613 | | Inspect By DoDAAC || F1Y3EA | | Ship To Code || F1Y3EA | | Ship From Code || N/A | | Mark For Code || N/A | | Service Approver (DoDAAC) || F1Y3EA | | Service Acceptor (DoDAAC) || F1Y3EA | | Accept at Other DoDAAC || N/A | | LPO DoDAAC || N/A | | DCAA Auditor DoDAAC || N/A | | Other DoDAAC(s) || N/A | (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. �(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. �(g) WAWF point of contact. �(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activities WAWF point of contact. www.aptac-us.org �(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. �(End of clause) Attachments Attachment 1: Additional Applicable Provisions and Clauses Attachment 2: Brand Name Justification
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/241f2405eef44bed93ebe7aa45b0f824/view)
- Place of Performance
- Address: FE Warren AFB, WY 82005, USA
- Zip Code: 82005
- Country: USA
- Zip Code: 82005
- Record
- SN05641768-F 20200502/200430230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |