Federal Bid

Last Updated on 28 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Prince frederick Maryland

Brocade Switches and QLogic Fibre Mezzanine Cards - IMPT 10534

Solicitation ID W912ER18T0003
Posted Date 26 Sep 2018 at 1 PM
Archive Date 28 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usace Middle East District
Agency Department Of Defense
Location Prince frederick Maryland United states
Description: Brocade Switches and QLogic Fibre Mezzanine Cards - IMPT 10534

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603 Streamlined Solicitation for Commercial Items, 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.

(ii) The solicitation number is W912ER18T0003 and the solicitation is issued as a Request for Quote (RFQ).

(iii) The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/vmfara.htm.

(iv) The associated North American Industries Classification System (NAICS) code for this acquisition is 334118 Computer Terminal and Other Computer Peripheral Equipment Manufacturing and the small business size standard of 1,000 Employees.

(v) Quotes must be broken down and prices shown for each of the following Contract Line Item Numbers (CLIN):


CLIN 0001 Brocade M6505 FC16 Switch, 24 ports with 8x 16GB SFPs and Ent Perf Pack, APOS (225-4195) non-TAA
Dell Hardware Limited Warranty Initial Year (969-9323)
Dell Hardware Limited Warranty Extended Year(s) (969-9324)
Info SW Warranty, 90 Day (969-9327)
Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year (969-9350)
Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, 2 Year Extended (969- 9351)
ProSupport: 7x24 HW / SW Tech Support and Assistance, 3 Year (969-9380) MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year (969-9386)

QTY = 4 EA Unit Price _______ Total Price________


0002 QLogic QME2662, 16Gbps Fibre Channel I/O Mezzanine Card for M-Series Blades, Customer Install (430-4973) non-TAA

QTY = 4 EA Unit Price _______ Total Price________

Requirement Total Price________

(vi) The Period of Performance delivery date is 30 Days after receipt of order.

(vii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation.

(vii) The provision at 52.212-2, Evaluation - Commercial Items, is applicable to this solicitation. This RFQ utilizes the lowest price technically acceptable (LPTA) source selection method: Award shall be made to the responsible Offeror whose proposal is determined to have the lowest reasonable price and meets the technical requirements in accordance with the purchase description. In evaluating quotes, the Government will consider the following evaluation factor: Price Only

(ix) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor must return a completed copy of this provision with its proposal or certify that it has current representations and certifications at the www.sam.gov website. 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.

(x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

(xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition. The following items under Clause 52.212-5 are considered checked and applicable to this acquisition:

• (1), 52.222-50 Combating Trafficking in Persons
• (2) 52.203-6 Restrictions on Subcontracting Sales to the Government with Alternate I.
• (3) 52 204-10 Reporting Executive Compensation and First-Tier Subcontracting Awards
• (4) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
• (5) 52.209-7 Information Regarding Responsibility Matters
• (6) 52.209-9 Updates of publicly Available Information Regarding Responsibility Matters
• (b) (24) 52.222-19 Child Labor Cooperation with Authorities and Remedies
• (b) (35) 52.223-18 Contractor Policy to Ban Text Messaging While Driving
• (b) (39) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008)

(xii) THE FOLLOWING FAR PROVISIONS/ CLAUSES APPLY TO THIS ACQUISITION:

52.202-1 Definitions NOV 2013
52.203-3 Gratuities APR 1984
52.203-5 Covenant Against Contingent Fees MAY 2014
52.203-7 Anti-Kickback Procedures MAY 2014
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
52.209-5 Certification Regarding Responsibility Matters;
52.232-18 Availability of Funds;
52.233-1 Disputes;
52.233-2 Service of Protest,
52.252-1 Solicitation Provisions Incorporated by Reference;
52.252-2 Clauses Incorporated by Reference;

THE FOLLOWING DFARS PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION:

252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.209-7001 Disclosure of Ownership or control by the government of a terrorist country;
252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country;
252.211-7003, Item Identification and Valuation;
252.225-7993 Prohibition on Contracting with the Enemy (Deviation 2014-O0008);
252.225-7994 Additional Access to Contractor and Subcontractor Records in the United States Central Command Theater of Operations (Deviation 2014-00008);

The Government will make award and payments using US Dollars. Payment will be made by electronic funds transfer (EFT) in accordance with Federal Acquisition Regulation (FAR) clause 52.232-33, Payment by Electronic Funds Transfer-Systems for Award Management.

• 52.232-18 Availability of Funds
• 52.204-13 System for Award Management Maintenance
• 52.217-6 Option for Increased Quantity
• 52.217-8 Option To Extend Services
• 52.217-9 Option to Extend the Term of the Contract The Government may extend

(xiii) (N/A)

(xiv) Quotes are to be in us dollars due no later than 27 September 2018, 1000hrs (10:00 AM) US EST.

(xv) Quotes are to be submitted electronically via email to the Contract Specialist and to the Contracting Officer.

 

Mr. Michael J. Wilson, Contract Specialist - [email protected]

Ms. Holly K. Watson, Contracting Officer - [email protected]


ATTACHMENTS:

1. Purchase Description
2. Brand Name Justification

Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Mar 2012 at 3 PM
Institute West virginia 10 Aug 2019 at 2 AM
Location Unknown 17 May 2018 at 7 PM
Arlington Virginia 07 Nov 2002 at 5 AM
Location Unknown 21 Sep 2011 at 2 PM

Similar Opportunities

Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Warren Michigan 25 Jul 2025 at 5 PM
Grand forks air force base North dakota 15 Jul 2025 at 7 PM