Federal Bid

Last Updated on 27 Aug 2010 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

LGCB Juniper Requirement

Solicitation ID FA5685-10-Q-0044
Posted Date 04 Aug 2010 at 1 PM
Archive Date 27 Aug 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 39th Contracting Sqd - Incirlik
Agency Department Of Defense
Location United states
(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; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is F2G3D20201A001. The solicitation is issued as a request for quotation (RFQ).

(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, DFARS Change Notice 20100713, and Air Force Acquisition Circular 2010-0402.

(iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to established economic agreements between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey. The NAICS code assigned to this acquisition is 334210.

(v) There are NINTEEN contract line item numbers (CLINs). Quotations shall provide a per unit price.

(vi) CLIN 0001 is for 17 each, CTP-OS-2K CTP 20xx Serious - Current Software CTP2000 OR EQUIVALENT

CLIN 0002 is for 2 each, CTPView CTPView Server CTP1000, CTP2000 OR EQUIVALENT

CLIN 0003 is for 5 each, CTP2008-AC-02 CTP2008 Base Chassis, CTP2000 OR EQUVILANT

CLIN 0004 is for 4 each, CTP2024-AC-02 CTP2024 Base Chassis, CTP2000 OR EQUIVALENT

CLIN 0005 is for 6 each, CTP2008-REC-RMK Rearmount Kit for CTP 2008 CTP2000 OR EQUIVALENT

CLIN 0006 is for 9 each, CTP2024-REC-RMK Rearmount Kit for CTP 2024 CTP2000 OR EQUIVALENT

CLIN 0007 is for 2 each, CTP2056-REC-RMK Rearmount Kit for CTP 2056 CTP2000 OR EQUIVALENT

CLIN 0008 is for 19 each, CTP-SFP-1GE-LX Dual SFP LX, Multi-mode LC Fiber Gigabit Ethernet PMC Upgrade CTP2000 OR EQUIVALENT

CLIN 0009 is for 19 each, CTP-SFP-1GE-T Dual SFP GE-T, Multi-mode LC Fiber Gigabit Ethernet CTP2000 OR EQUIVALENT

CLIN 0010 is for 19 each, CTP-Fiber-PMC Fiber PMC card for CTP2000 to support up to 2 SFP Modules CTP2000 OR EQUIVALENT

CLIN 0011 is for 14 each, CTP2000-IM-8P-T1 CTP2000 Series EIA53 RS-232 T1 8-Port IM, CTP2000 OR EQUIVALENT

CLIN 0012 is for 14 each, CTP2000-IM-8P-V CTP2000 Series EIA530 RS-232 4W-TO 8-Port Voice Module, CTP2000 OR EQUIVALENT

CLIN 0013 is for 1 each, CTP2008-DC-02 CTP 2008, DC Chassis, power supply, processor, RTM etc CTP2008 OR EQUIVALENT

CLIN 0014 is for 5, CTP2024-DC-02 CTP 2024, DC Chassis, power supply, processor, RTM etc CTP2000 OR EQUIVALENT

CLIN 0015 is for 2 each, CTP2056-DC-02 CTP 2056, DC Chassis, power supply, processor, RTM etc CTP2000 OR EQUIVALENT

CLIN 0016 is for 2 each, CTP-CLK-MAIN CTP2000 MAIN CLOCK CARD CTP2000 OR EQUIVALENT

CLIN 0017 is for 6 each, SVC-ND-CTP2008 J-Care Next day support for CTP2008, Turkey CTP2008 OR EQUIVLANET

CLIN 0018 is for 9 each, SVC-ND-CTP2024 J-Care Next day support for CTP2024, Turkey CTP2024 OR EQUIVALENT

CLIN 0019 is for 2 each, SVC-ND-CTP2056 J-Care Next day support for CTP2056, Turkey CTP2056 OR EQUIVALENT

(vii) Propose on the delivery of all quantities in the specified timeline outlined to Incirlik Air Base, Adana, Turkey on an FOB Destination basis.

(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be n the English language. Quotations received in other than English shall be rejected. Paragraph (f) Late submissions, modifications, revisions, and withdrawals of offers is added at (f)(2)(i) to read: (D) or if this solicitation is a request for quotation, it is determined that acceptance of the quotation is in the best interests of the United States.

(ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The second and last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition.

(x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Work Flow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (19), (33), & (38). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The FAR clause at paragraph (a) is considered checked and applicable to the acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (18), (20), (21)(ii), (22)

(xiii) The following five additional contract clauses apply to this acquisition: (1) DFARS 252.225-7041 Correspondence in English. (2) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (3) DFARS 252.233-7001 Choice of Law (Overseas). (4) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: David Jones, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: [email protected], Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Heidi Hoehn, HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-mail: [email protected], Tel: 0049-637-147-9330, Fax: (49)-6731-47-2025. (5) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied.

(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.

(xv) Quotations are due by 4:00PM Local Time on August 12, 2010. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable).
(xvi) Contact A1C John Housewright at e-mail: [email protected] and [email protected] or telephone: 0322-316-8075 or fax: 0-322-316-1090 for any questions or concerns regarding this solicitation.

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Jun 2009 at 12 PM
Location Unknown 06 Aug 2010 at 12 PM
Location Unknown 24 Jun 2009 at 2 PM
Location Unknown 26 Jun 2009 at 7 AM
Location Unknown 05 Jun 2009 at 11 AM

Similar Opportunities

San luis obispo California 11 Jul 2025 at 10 PM
Location Unknown 15 Jul 2025 at 1 PM
Hill air force base Utah 14 Mar 2027 at 8 AM