Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2006 FBO #1831
SOLICITATION NOTICE

D -- Cisco SmartNet Services

Notice Date
11/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP3100-6291-1011
 
Response Due
12/22/2006
 
Description
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. This solicitation is issued as a request for quote, solicitation number SP3100-6291-1011. The Defense Distribution Center located in New Cumberland, PA has a requirement for Cisco SmartNet services for various Defense Distribution Centers located both CONUS and OCONUS. This is an unrestricted procurement for vendors that are Manufacturer Authorized Channel partners (see note below). The NAICs code is 541519. The following contract line items represent the Defense Distribution Center for which the SmartNet Service is required. Please contact Karen Ghani at karen.ghani@dla.mil for a listing of the items, serial numbers, service item type, description for each item that requires the service at each distribution center. CLIN 0001 is for SmartNet Service at the Defense Distribution Center Anniston, Alabama (DDAA). CLIN 0002 is for SmartNet Service at the Defense Distribution Center Albany, Georgia (DDAG). CLIN 0003 is for SmartNet Service at the Defense Distribution Center Barstow, California (DDBC). CLIN 0004 is for SmartNet Service at the Defense Distribution Center Cherry Point, North Carolina (DDCN). CLIN 0005 is for SmartNet Service at the Defense Distribution Center Corpus Christi, Texas (DDCT). CLIN 0006 is for SmartNet Service at the Defense Distribution Center San Diego, California (DDDC). CLIN 0007 is for SmartNet Service at the Defense Distribution Center Europe (DDDE). CLIN 0008 is for SmartNet Service at the Defense Distribution Center Korea (DDDK). CLIN 0009 is for SmartNet Service at the Defense Distribution Center Guam Marianas (DDGM). CLIN 0010 is for SmartNet Service at the Defense Distribution Center Hill Air Force Base, Utah (DDHU). CLIN 0011 is for SmartNet Service at the Defense Distribution Center San Joaquin, California (DDJC). CLIN 0012 is for SmartNet Service at the Defense Distribution Center Jacksonville, Florida (DDJF). CLIN 0013 is for SmartNet Service at the Defense Distribution Center Norfolk, Virginia (DDNV). CLIN 0014 is for SmartNet Service at the Defense Distribution Center Oklahoma City, Oklahoma (DDOO). CLIN 0015 is for SmartNet Service at the Defense Distribution Center Pearl Harbor, Hawaii (DDPH). CLIN 0016 is for SmartNet Service at the Defense Distribution Center Puget Sound, Washington (DDPW). CLIN 0017 is for SmartNet Service at the Defense Distribution Center Sigonella, Italy (DDSI). CLIN 0018 is for SmartNet Service at the Defense Distribution Center Susquehanna, Pennsylvania (DDSP). CLIN 0019 is for SmartNet Service at the Defense Distribution Center Warner Robins, Georgia (DDWG). CLIN 0020 is for SmartNet Service at the Defense Distribution Center Yokosuka, Japan (DDYJ). CLIN 0021 is for SmartNet Service at the Defense Distribution Center Headquarters in New Cumberland, Pennsylvania (DDC HQ). Offerors shall provide a firm fixed unit price for each item in the CLIN and the total amount, inclusive of shipping costs (FOB Destination). This is a firm fixed price contract with a period of performance for one year with two one year option periods. NOTE: Vendor shall certify that it is a Manufacturer Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with all applicable laws and policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original license authorized to use the Manufacturer Software. Vendors must provide a certification and documentation that it is a Manufacturer Authorized Channel Partner with their quotation. Failure to provide this information may lead to a determination of non responsiveness, and the offeror may be deemed ineligible for award. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-14. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-3, FAR 52.203-6 (ALT I), 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-39, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7012, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price who can meet our delivery. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to karen.ghani@dla.mil, Request for Quote Number SP3100-6291-1011. Prices and representations/certifications are required NLT 12:00 PM EST on December 22, 2006. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Place of Performance
Address: Various Defense Distribution Centers both CONUS and OCONUS
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01187704-W 20061201/061129220050 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.