SOLICITATION NOTICE
A -- NETSCREEN-204, A/C POWER CORDS US, 19" RACKS AND CORE SUPPORT FOR N204.
- Notice Date
- 9/14/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00189 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018906T0395
- Response Due
- 9/19/2006
- Archive Date
- 9/20/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Purchase Request N00189-06-T-0395. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase on a sole source basis the following item(s): (5) Each, Netscreen 204 A/C Power Cords US P/N NS-204-001, (5) Each, Netscreen 200 Rack 19? P/N NS-200-RCK-01 and (1) Each Core support for N204 P/N SVC-COR-204. Delivery will be 3 weeks after the receipt of order. Manufactured by Juniper Networks US Inc. 1194 North Mathilda Avenue, Sunnyvale, CA. 94089. Substitutes in brand name would not be feasible because this a one for one replacement and no other brand item would work and time does not permit experimenting with the technology. Since fleet readiness is the critical path under this action, an equal product would require extensive technical review to determine its comparability and integration capability into the existing equipment configurations. The Netscreen appliance is the only approved Firewall that can fulfill information security needs per the Defense Information Security Agency. The North American Industrial Classification System (NAICS) code is 423690. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at http://www.neco.navy.mil or at http://www.fedizopps.gov. This office no longer issues hardcopy solicitations. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the offerors at anytime prior to award. By submitting a proposal, the offeror will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside of the United States. Lack of registration in the CCR database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.gov. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by September 19, 2006, 4:00 P.M. Offers can be emailed to aninze.awanna@navy.mil or faxed to 757-443-1337 Attn: Aninze Awanna. Reference Purchase number N00189-06-T-0395, on your fax or email. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002).
- Record
- SN01144114-W 20060916/060914222000 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |