Federal Bid

Last Updated on 20 Nov 2006 at 5 AM
Combined Synopsis/Solicitation
Jber Alaska

70--I.T Equipment

Solicitation ID WC1SH362481004
Posted Date 18 Sep 2006 at 4 AM
Archive Date 20 Nov 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Jber Alaska United states 99505
Point Of Contact Not Available
(i) This is a combined synopsis/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; propos als are being requested and a separate written solicitation will not be issued. (ii) This Request for Quotation (RFQ) number is WC1SH3 6248-1004 (iii) This RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circ ular (FAC) 2001-21. (iv) This procurement is not restricted and the applicable NAICS is 334119 (v) This RFQ contains thirteen (13) line items. 1. 5 (five) each WS-C3750G-48TS-E Catalyst 3750 48 10/100/1000T + 4 SFP Enhanced Multilayer. 2. 1 (one) each WS-C3750G-48PS-E Catalyst 3750 48 10/100/1000T PoE + 4 SFP Enhanced Image. 3. 4 (four) each CISCO2650XM HIGH PERFORMANCE 1-/100 MODULAR ROUTER W/CISCO IOS IP. 4. 14 (fourteen) each WIC-1DSU-T1-V2 Updated 1-Port T1/ Fractional T1 DSU/CSU WAN Interface Card. 5. 2 (two) each CISCO3725 Cisco 3700 Series 2-slot Application Service Router 6. 8 (eight) each NM-16ESW 1 16 port 10/100 Ether Switch NM 7. 2 (two) each CISCO2821 2821 w/ AC PWR, 2GE, 4HWICs, 3PVDM, 1NME-X, 2AIM, IP BASE, 64F/256D. 8. 2 (two) each HWIC-4ESW Four port 10/100 Ethernet switch interface card. 9. 2 (two) each CISCO3825 3825 W/ AC PWR, 2GE, 1SFP, 2NME, 4HWIC, IP. 10. 4 (four) each NM-1GE 1 Port GE Network Module. 11. 6 (six) each VWIC-1MFT-T1= 1-Port RJ-48 Multiflex Trunk - T1. 12. 2 (two) each HWIC-4ESW= Four port 10/100 Ethernet switch interface card SPARE. Price quoted must be FOB Installation Property Book warehouse, Building 804 Door 16 Fort Richardson Alaska 99505 (POC Gabrielle LaVigne). (vi) Delivery location, Acceptance will be Government FOB destination: Fort Richardson, Alaska 99505. (vii) The provis ion at FAR 52.212-1, Instructions to Offerors  Commercial (JAN 2004), applies to this acquisition. (viii), Offers will be evaluated using the provision at FAR 52.212-1, Evaluation -- Commercial Items (Jan 1999) with the following evaluation factors: tec hnically acceptable, past performance, and price. Technical and past performance when combined are more important than price. The contract will be awarded to the offeror that provides the best value to the government based upon the stated evaluation fact ors. (ix) All offers must include a completed copy of the provision at FAR 252.212-7000 Offeror Representations and Certifications--Commercial Items (1995); (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. (xi) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Co mmercial Items (May 2002); FAR 52.211-6, Brand Name or Equal (AUG 1999), FAR 52.214-21  Descriptive Literature (APR 02); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Regi stration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38  Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disable d Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) ; FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with A uthorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xii) The full text of clauses and provisions can be acc essed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xiii) All offers are due no later than 3:00 PM, Alaska Time, 21 September 2006 at the Regional Contracting Center  Alaska, ATTN: SFCA-PRA, P.O. Box 5-525, BLDG 600 Room B242, Fort Richardson, AK 99505-0525. (xiv) For further information contact Olen Northern via facsimile (907) 384-7112, or e-mail: [email protected].
Bid Protests Not Available

Similar Past Bids

Location Unknown Not Specified
Location Unknown 18 Nov 2022 at 5 AM
Concord New hampshire 15 Dec 2020 at 5 AM
Guam 29 Nov 2010 at 12 AM
Wisconsin Not Specified

Similar Opportunities

Mobile Alabama 11 Jul 2025 at 1 PM