THIS SOLICITATION WILL BE AWARDED BASED ON AVAILABILITY OF FUNDS
THIS IS A COMBINED SYNOPSIS/SOLICIATION. NO FURTHER SOLICIATION WILL BE ISSUED.
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; proposals are being requested and a written solicitation will not be issued. P11PS303135 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations. (iv) This procurement is being issued as Small Business Set-Aside under NAICS code 334111 with a Small Business Size Standard of 1000 employees. (v) The contractor shall provide the following items:Clean Air Access Point (Eco Packs) - 30 AP's1. AIR-CAP3502I-AK910 - 802.11a/g/n Ctrlr-based 10APs w/ CleanAir; Int; A Reg Domain - Qty - 32. S3G1RK9W8-12423JA - Cisco 3500 Series IOS Wireless LAN Controller-based Recovery - Qty - 33. WCS-PLUS-UPG-100x - Cisco WCS PLUS Upgrade for 100 APs-Promo for AIR3500 EcoPack - Qty -14. AIR-CAP3502I-ABULK - BOM LEVEL BULK PACK PID FOR -A - Qty - 305. AIR-AP-BRACKET-1 - AP 1040/1140/1260/3500 Series Mounting Bracket, Low Profile - Qty - 306. AIR-AP-T-RAIL-R - Ceiling Grid Clip for Aironet APs - Recessed Mount (Default) - Qty - 307. CON-SNT-CAP352IA - SMARTNET 8x5xNBD 802.11a/g/n Ctrlr-based AP w/ CleanAir; I - Qty - 308. CON-SNT-C352IA10 - SMARTNET 8x5xNBD 802.11a/g/n Ctrlr-based 10APs w/ CleanAir - Qty - 3
Controller - Licensed for 50 AP's
1.AIR-CT5508-50-K9 - 5508 Series Controller for up to 50 Aps - Qty - 12.SWC5500K9-70 - Cisco Unified Wireless Controller SW Release 7.0 - Qty - 13.AIR-PWR-CORD-NA - AIR Line Cord North America - Qty - 14.LIC-CT5508-50 - 50 AP Base License - Qty - 15.LIC-CT5508-BASE - Base Software License - Qty - 16.CON-SNT-CT0850 - SMARTNET 8x5xNBD 5508 Series Controller - Qty -1
Copper SFP's for 4500
1.GLC-T= - 1000BASE-T SFP - Qty -2
The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items applies. Quotes will be evaluated on lowest price technically acceptable (LPTA). (x) Offerors must include a completed copy of the provision at, 52.204-8, Annual Representations and Certifications and submit with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.222-3, Convict Labor 52.219-6, Notice of Total Small Business Set-Aside 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities 52.225-01, Buy American Act , 52.225-13, Restriction on Certain Foreign Purchases 52.204-7--Central Contractor Registration, 52.209-5--Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.209-6--Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.232-33-Payment by Electronic Funds Transfer--Central Contractor Registration, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, F.O.B.- Destination. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov prior to an award being made. Award will be made to the responsive, responsible vendor meeting all the requirements above at the lowest price. Offerors shall submit quotes to James Bowers no later than 14 September 2011, 3:00 AST.Contractors may Email quotes via email address
[email protected] or fax quotes to 907-644-3802, Please include the solicitation number in the subject line
Questions may be directed to Jordan Gunn via phone (907)644-3306, or fax or email address above.
Contracting Office Address: National Park Service, Alaska Regional Office (ARO) 240 West Fifth Avenue, Anchorage, AK 99501
Bid Protests Not Available