Federal Bid

Last Updated on 23 Jul 2008 at 8 AM
Combined Synopsis/Solicitation
Washington

Network Analyzer nGenius Infinistream

Solicitation ID SP4704-08-Q-1043
Posted Date 03 Jul 2008 at 1 PM
Archive Date 23 Jul 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Disposition Services
Agency Department Of Defense
Location Washington United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. This is issued as Request for Quote (RFQ) SP4704-08-Q-1043. This RFQ is for a contractor to provide the following new items listed below to the HDI Federal Center in Battle Creek, MI. This is a brand name requirement due to the nGenius infinistream network analyzer being the only item that can interface with the current software/hardware infastructure the Government uses at the HDI Federal Center. No substitutions of required supplies or services are allowed. Point of Contact: Randy Powell, Contracting Officer, Telephone 269-961-7110, email: [email protected]. ITEM NO. SUPPLIES/SERVICES QTY UNIT 0001 nGenius InfiniStream, 4-port 10/100/1000base-T 1.25TB 02 EA P/N: 6916A/TS 0002 Mastercare for 6916A/TS P/N: 6916A/TS SUPP-MSTC 02 EA This a 100% small business set aside. NAICS code is 423430 and the size standard is 100 employees. The resulting contract or order will be firm-fixed price. Ship to location is Defense Logistics Information Service, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan 49037 The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Contract Terms and Conditions: Commercial Items FAR 52.212-4 (Sep 2005) Contract Terms and Conditions Required to Implement Statues or Executive Orders: Commercial Items FAR 52.212-5 (June 2008) In paragraph (b) the following clauses apply: X (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). X (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). X (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) X (19) 52.222-26, Equal Opportunity(Apr 2002) (E. O. 11246) X (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 42120. X (21) 52.222.36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans fof the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). X (24) (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) X (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). X (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.212.7001 (Mar 2008) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked , is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. The offeror shall provide a price for each contract line item number (CLIN) in the bid schedule. The Government will make award to the responsible offeror who has the lowest price. OFFEROR REPRESENTATIONS AND CERTIFICATIONS ---COMMERCIAL ITEMS FAR 52.212-3 (JUN 2008) This clause is incorporated by reference. It may be accessed on the Internet at http://farsite.hill.af.mil Offerors must complete the Offeror Representations and Certifications at FAR 52.212-3 and return them with their offer. Offers are due 4:30p.m. (EST) Tuesday, July, 08, 2008. Offerors shall submit Completed Bid Schedule and Certifications. Offers may be submitted by e-mail to [email protected] , or by FAX (269) 961-4474
Bid Protests Not Available

Similar Past Bids

Marine Illinois 24 Jun 2014 at 8 PM
Location Unknown 15 Feb 2018 at 2 PM
New cumberland Pennsylvania 01 Jun 2011 at 3 PM
Camp pendleton California 19 Mar 2010 at 12 AM

Similar Opportunities

Columbus Ohio 15 Jul 2025 at 4 AM
Washington 15 Jul 2025 at 4 AM
Fort scott Kansas 17 Oct 2025 at 4 AM (estimated)
Lockport Illinois 09 Jul 2025 at 9 PM
Lockport Illinois 09 Jul 2025 at 9 PM