Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is FA8773-10-T-0001 and it is being issued as a Request for Quote (RFQ).
This requirement is being solicited as a 100% small business set aside. The North American Industry Classification System code (NAICS) is 334210. The size standard for this classification is 1000 employees. The small business size standard for a contractor which it does not manufacture itself is 500 employees. A firm-fixed price contract will be awarded. This solicitation is a Brand Name specification requirement. Only the exact manufacturer, brand, and model numbers as identified below are acceptable. "Equivalent" items will not be considered. As brand name items are specified, a sole source Justification and Approval (J & A) is required and is posted as an attachment with this solicitation. Prices quoted will be stated in US dollars. The contractor shall provide any OEM pass through warranty and standard commercial warranties applicable to the products being purchased at no cost. New equipment only. NO refurbished, remanufactured, or "gray market" products are acceptable. It is the Government's intention to award one contract for all products within this RFQ. However, the government reserves the right to award more than one, or none at all, as determined to be in the best interest of the Government.
Simplified procurement procedures will be used for this acquisition per FAR Part 12 and FAR 13 utilizing the test program under FAR 13.5. This acquisition is subject to FAR Part 15 regarding contracting by negotiation.
38 CEG/PKE has a requirement for the following items:
CLIN 0001-Cisco Catalyst 2960-24TC, Part No. WS-C2960-24TC-L (Quantity 2)
CLIN 0002-Cisco Catalyst 2960G-48TC, Part No. WS-C2960G-48TC-L (Quantity 4)
CLIN 0003-Cisco Catalyst 3750-48PS SMI, Part No. WS-C3750-48PS-S (Quantity 4)
CLIN 0004-Cisco Catalyst 3750G-48TS, Part No. WS-C3750G-48TS-E (Quantity 4)
The above items will be received no later than 60 days from date of purchase order. All items will be shipped FOB Destination to....753 ELSG/NE, 15 Eglin Street Building 1607, Room 267, Hanscom AFB, MA 01731. Quotations should be based on FOB Destination.
PROVISIONS:
The following Federal Acquisition Regulation (FAR) provisions apply to this solicitation and are incorporated by reference (provisions may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) and FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009).
OFFEROR REPRESENTATIONS AND CERTIFICATIONS:
All offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications--Commercial Items (Aug 2009) and Defense Federal Acquisition Regulation Supplement (DFARS) provision 252.212-7000, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010), which can be obtained at http://farsite.hill.af.mil or complete electronic annual representations and certifications at the following website: http://orca.bpn.gov/publicsearch.aspx
PROPOSAL EVALUATION:
Proposals will be evaluated in accordance with FAR 52.212-2, Evaluation of Offers-Commercial 52.212-2 -- Evaluation -- Commercial Items, with an addendum to paragraph (a) as follows:
(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. The following factors shall be used to evaluate offers:
(1) Price
(2) Technical Acceptability
This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2, as supplemented. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Technical acceptability will be evaluated on all offers on a pass/fail basis assigning overall ratings of either "Acceptable" or "Unacceptable". Only those offerors determined to be technically acceptable will be considered for award. Then, price will be evaluated and the proposals will be listed from lowest to highest price based on the total evaluated price. Offerors must state whether they Comply/Do Not Comply with each section of the purchase specification. Failure to provide this information may result in the offer being eliminated from competition. To be eligible for contract award, an offer must meet all requirements listed on the purchase specification(s). Contract award will be made to the lowest evaluated priced proposal meeting the acceptability standards for the non-cost factor. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer.
CLAUSES:
The following FAR/DFARS clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil):
52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government (Sep 2006)
52.209-5 , Certification Regarding Responsibility Matters (Apr 2010)
52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--
Commercial Items (Apr 2010)
52.219-6, Notice of Total Small Business Aside (Jun 2003)
52.219-8, Utilization of Small Business Concerns (May 2004)
52.219-14, Limitations on Subcontracting (Dec 1996)
52.219-28, Post Award Small Business Program Re-representation (Apr 2009)
52.222-3, Convict Labor (Jun 2003)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009)
52.222-21, Prohibition of Segregated Facilities (Feb 1999)
52.222-26, Equal Opportunity (Mar 2007)
52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible
Veterans (Sep 2006)
52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)
52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible
Veterans (Sep 2006)
52.222-50, Combating Trafficking in Persons (Feb 2009)
52.233-3, Protest After Award (Aug 1996)
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Applicable to Defense Acquisitions of Commercial Items (Apr 2010), applies to this acquisition. The following additional FAR/DFAR clauses cited in the clause are applicable to the acquisition:
52.203-3, Gratuities (Apr 1984)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009)
252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008)
252.243-7002, Requests for Equitable Adjustment (Mar 1998)
252.247-7023, Transportation of Supplies by Sea (May 2002)
252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000)
CLAUSES/PROVISIONS IN FULL TEXT:
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
5352.201-9101, Ombudsman (Aug 2005)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the MAJCOM ombudsmen: AFSPC/A7K
150 Vandenberg Street
Peterson AFB CO 80914
(P) 719-554-5250
(F) 719-554-5299
Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
The primary point of contact (POC) is Rick Weber, Contract Specialist at [email protected]. Phone: 405-582-1220; fax: 405-734-1615. The secondary POC is Gary Ethridge, Contracting Officer at [email protected]. Phone 405-734-7368. All quotations must be received via email or fax by 1600 CDT 2June 2010. Please use the attached quotation sheet and send to primary POC.