Travis AFB has a Brand Name requirement for Network appliances and configuration. Nonpersonal services to provide all labor, tools, parts, materials, facilities, and transportation necessary to install NetApp hardware and upgrade current devices from 1GB to 10GB Ethernet connections.
0001 : Network Appliance / NIC 1-Port Optical 10 Gbe PCIe
Mfr Part # X1106A-R6
QTY: 2 Ea
0002 : Network Appliance / NIC 2-Port Bare Cage SFP+ 10 bE PCIe
Mfr part # X1107A-R6
QTY: 2 Ea
0003 : Network Application Configuration and Optimization IAW attached SOW
Award shall be made in the aggregate, all or none. All responsible quotes meeting able to meet the requirement will be considered.
FAR 52.204-9 Personal Identity Verification of Contractor Personnel;
FAR 52.212-1 Instructions to Offerors -- Commercial Items;
FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement IAW the SOW; (ii) price;
FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items;
FAR 52.222-3 Convict Labor;
FAR 52.233-3 Protest after award;
FAR 52.233-4 Applicable Law for Breach of Contracts;
FAR 52.212-4 Contract Terms and Conditions - Commercial Items;
FAR 52.219-28 Post-Award Small Business Program Representation;
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies;
FAR 52.222-50 Combating Trafficking in Persons;
DFARS 252.225-7001 Buy American Act and Balance of Payment Programs;
DFARS 252.225-7002 Qualifying country sources as subcontractors;
DFARS 252.204-7003 Control of Government Personnel Work Products;
DFARS 252.204-7010 Levies on Contract Payments;
DFARS 252-232-7003 Electronic Submission of Payment Requests;
DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III;
FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation);
FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil;
FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2;
DFARS 252.204-7006 Billing Instructions;
DFARS 252.212-7001 Contract Terms and Conditions (Deviation);
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance;
AFFARS 5352.201-9101 Ombudsman.
FAR 52.222-21 Prohibition of Segregated Facilities;
FAR 52.222-26 Equal Opportunity;
FAR 52.222-36 Affirmative Action for Workers with Disabilities;
FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards;
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
Please send any questions to [email protected] or fax to 707-424-5189. NO LATER THAN 25 Apr 2012, 08:30 AM, PST and offers NO LATER THAN 27 Apr 2012, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email [email protected] to confirm the quote was received.
Point of contact is TSgt Bell, Contract Specialist, telephone 707-816-3899. Alternate POC is MSgt Ekblad, Contracting Officer, telephone 707-424-7736.