Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2010 FBO #2981
SOLICITATION NOTICE

99 -- MFE Vulnerability Mngr 250 IP Starter Kit

Notice Date
1/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10-R-0103
 
Archive Date
2/23/2010
 
Point of Contact
Sesky A Paul, Phone: 732-323-2705, Darla M. Kelly, Phone: 732-323-7437
 
E-Mail Address
sesky.paul@navy.mil, darla.kelly@navy.mil
(sesky.paul@navy.mil, darla.kelly@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using procedures found under FAR subpart 13.3 - Simplified Acquisition Methods, as supplemented with the 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) This solicitation number N68335-10-R-0103 is issued as a competitive Small Business Set-Aside request for quote (RFQ). NAICS code 423430 applies. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001: Qty (1) MFE Vulnerability Mngr 250 IP Starter Kit, MFR PART#: FCV02350ASEAG; CLIN 0002: Qty (2) APC Smart-UPS RT 8000VA Rack Tower, MFR PART#: SURT8000RMXLT6U; CLIN 0003: Qty (8) Smart-UPS 1500VA 120V NEMA, MFR PART#: SURTA1500RMXL2U; CLIN 0004: Qty (3) APC Smart-UPS 100VA Tower, MFR PART#: SUA1000; CLIN 0005: Qty (1) HP Color Laserjet CP4005DN Printer, MFR PART# CB504#ABA; CLIN 0006: Qty (7) CISCO Catalyst 24 10/100+2SFP STD, MFR PART# WS-C3750-24TS ; CLIN 0007: Qty (8) CISCO GE SFP, LC Connector LX/LH, MFR PART# GLC-LH-SM= ; CLIN 0008: Qty (1) CAT6506E Chassis, WS-S32-GE-PISA, MFR PART# WS-C6506E-S32P-GE; CLIN 0009: Qty (1) CISCO Firewall Blade Catalyst 6500, MFR PART# WS-SVC-FWM-1-K9; CLIN 0010: Qty (1) CISCO 600M IDSM-2 Modula For Catalyst, MFR PART# WS-SVC-ID2-BUN-K9; CLIN 0011: Qty (1) CISCO Catalyst 6500 & CISCO 7600 Network, MFR PART# WS-SVC-NAM-2-250S; CLIN 0012: Qty (1) CISCO Catalyst 6500 48 Port 10/100/1000, MFR PART# WS-X6148-GE-TX; CLIN 0013: Qty (2) CISCO 40000 Watt AC Power Supply, MFR PART# WS-CAC-4000W-US; CLIN 0014: Qty (14) NOS 8X5XNBD /ws-C6506E-S32P-GE, MFR PART# CON-NSST-6506E1GP; CLIN 0015: NOS-8X5XNBD, Firewall Blade for CAT6500, MFR PART# CON-NSST-WS-FWM1K9; CLIN 0016: Qty (1) NOS 8X5XNBD 400M IDSM-2 MOD for CAT, MFR PART# CON-NSST-WIDSBNK9; CLIN 0017 Qty(1) NSST Coverage for CAT6500 Network, MFR PART# CON-NSST-WSSCNAM2; CLIN 0018: Qty(1) 45U Rack Elite Server CAB M6, Mesh Front, MFR PART# EC45U3042SMMSMYK; CLIN 0019: Qty (1) 24”H 26”D Wallmount Cabinet Black, MFR PART# RM232A-R2; CLIN 0020: Qty (1) Lot, Freight- UPS Ground; CLIN 0021: Qty (1) CAT5E Patch Panel 48 Port, MFR PART#JPM5E48A; CLIN 0022: Qty (48) 2ft Cable, CAT5E, RJ45-RJ45, Universal, MFR PART# PC5-RD-02; CLIN 0023: Qty (36) 7ft Cable, CAT5E, RJ45-RJ45 Universal, MFR PART# PC5-RD-07; CLIN 0024: Qty (36) 15ft Cable, CAT5E, RJ45-RJ45, Universal, MFR PART# PC5-RD-15; CLIN 0025 Qty (20) 2 M Fiber Patch Cable, Duplex 1.8MM, MFR PART# 791518831002M; CLIN 0026: Qty (20) 3M Fiber Patch Cable, Duplex 1.8MM, MFR PART# 791518831003M; CLIN 0027: Qty (20) 2M Fiber Patch Cable, Diplex 3MM, MFR PART# 791515831002M; CLIN 0028: Qty (20) 3M Fiber Patch Cable, Duplex 3MM, MFR PART# 791515831003M; CLIN 0029: Qty (1) Custom Fiber Cable, SC/UPC-SC/UPC, MFR PART# BUBU-024R9BD0200P24S; CLIN 0030: Qty (2) Corning 2 Position Rack Mount, MFR PART# CCH-01U; CLIN 0031: Qty (4) Cornong 12 Port Position Panel, MFR PART# CCH-CP12-59; CLIN 0032: Qty (3) Dell Precision t7500 Workstation, MFR PART# 224-4856; CLIN 0033: Qty (1) Intel Core 2 Duo T9800, MFR PART# 224-4628; CLIN 0034: Qty (1) Microsoft Office Standard 2007, MFR PART# A0754543; CLIN 0035: Qty (1) IPSwitch WHATSUP Gold Prem 100 Devices, MFR PART# NM-6620-0014; CLIN 0036: Qty (1) WHATSUP Gold Premium 100 SVC Agreement, MFR PART# NM-7600-0014; CLIN 0037: Qty (1) WHATSUP Flow Monitor 10 Source, MFR PART# NA-6210-0014; and CLIN 0038: Qty (1) WHATSUP Flow Monitor 10 Sources SVCS, MFR PART# NA-7210-0014. (v) Award will be made to the lowest priced, technically acceptable offer. Offers will be evaluated on a strict pass/fail basis. (vi) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. The required delivery is 30 September 2010. FOB Destination. Ship to: N68335, NAVAL AIR WARFARE CENTER - AIRCRAFT DIVISION; RECEIVING 842300 – BUILDING 271-1, HWY 547, LAKEHURST NJ 08733. Inspection and Acceptance at Destination. (vii) Addendum to FAR 52.212-1 is DFARS 252.204-7004, Central Contractor Registration (CCR), Alternate A. All contractors must be registered in the CCR database to be considered for award. Registration is free and can be completed online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. (viii) FAR 52.212-2, Evaluation – Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (x) Notice of Small Business Set Aside, FAR Clause 52.219-6. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Additional requirements. Warranty: The Offeror’s commercial warranty of at least one year shall apply and should be stated in the Operation and Maintenance Manual. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xiv) All submissions are due by 4:00 p.m. EST, 08 Feb. 20101 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 2.5.2.5.2 SP, Sesky A. Paul, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xv) Name and telephone number of individual to contact for information regarding the solicitation: Sesky A. Paul (732) 323-2705, fax (732) 323-2359, e-mail: sesky.paul@navy.mil. (xvi) This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Business” then “Doing Business With Us” and “Open Solicitations.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. Electronic proposals sent via e-mail (but NOT those sent via fascimile) will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-R-0103/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division-LKE, Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN02045093-W 20100122/100120234613-804147ad6427856f82561b89f4a44d9b (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.