***CHANGE WARRANTY TERMS OF CLIN 0001***
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; quotes are being requested and a written solicitation will not be issued. This solicitation F1C3441215AC03_MONTGOMERY_CISCOSWITCH, is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 423430 and the small business size standard is 100 EMPLOYEES. The following commercial items are requested:
The Andersen Air Force Base 36TH Communications Squadron requires the following items, Brand Name, to the following:
CLIN 0001 - ( QTY 12 each) CISCO Catalyst 3750 24-port Fiber Single Mode Switch (MFR P/N: WS-C3750-24FS-S)
The specs outline below:
Catalyst 3750 24x 100BaseFX + 2x SFP Standard Multilayer Image
Energy management - Power requirements120/230V@50/60HzPower over Ethernet (PoE) Support Weight & dimensions - Dimensions W x D x H445 x 301 x 44 mmForm factor1U
Memory - Internal memory128 MBFlash memory32 MBMemory typeRAM
Connectivity - Ethernet LAN (RJ-45) ports quantity24SFP slots quantity2Copper ethernet cabling technology100Base-FXPorts quantity 26
Protocols - Management protocolsSNMP 1, SNMP 2, RMON, Telet, SNMP 3, HTTP
Management features - Switch typeMaaged
Networking- Networking featuresFast EtheretNetworking standardsIEEE 802.1D, IEEE 802.1Q, IEEE 802.1p, IEEE 802.3af, IEEE 802.3ad (LACP), IEEE 802.1w, IEEE 802.1x, IEEE 802.1s
Data transmission - Full duplexMaximum data transfer rate
Maximum data transfer - rate0.1 Gbit/s
CISCO Switches no warranty for the device
Total Cost must include cost of 12 brand new CISCO switches - no refurbs.
To be quoted FOB Destination, Tracy, CA.
***ALL SHIPPING COST MUST BE INCLUDED WITH FINAL QUOTE***
The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Submit the price quote information via email to MSgt Reketta Montgomery at
[email protected]. Responses to this RFQ must be received via e-mail not later than 11 PM Eastern Standard time on Wednesday, 28 September 2011. Oral Quotes will not be accepted. Collect calls will not be accepted.
All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to be considered for award. All proposals must be directly submitted by the firm registered in CCR that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a CCR registered company with the intention of being award "care of" will not be accepted. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items apply. Award will be based on lowest price technically acceptable.
The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered at the government's ORCA online reps and certs website: https://orca.bpn.gov/ The following provisions and clauses apply to this acquisition: 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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR52.203-13 Contractor Code of Business Ethics and Conduct, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-22 -- Previous Contracts and Compliance Reports, , FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, FAR 52.222-44 Fair Labor Standards and Service Contract Act, 52.222-50 -- Combating Trafficking in Persons, FAR 52.232-18, Availability of Funds; FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.247-7023 Transportation of Supplies by Sea Alt III, 252.247-7024 Notification of Transportation of Supplies by Sea, DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 2010) (Deviation); DFARS 252.225- 7001 Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, 5252.232-9402 Invoicing and Payment (WAWF) Instructions.
All quotes and any requests for more information must be sent to MSgt Reketta Montgomery at e-mail:
[email protected].