Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2011 FBO #3375
SOLICITATION NOTICE

70 -- Cisco IronPort Dual Appliance Bundle, Maintenance, Installation and Training.

Notice Date
2/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010411QQ533
 
Response Due
2/24/2011
 
Archive Date
3/11/2011
 
Point of Contact
DEBORAH J. THOMAN 717-605-3522
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) number is N00104-11-Q-Q533, and is being conducted under the procedures of Part 13, for a Cisco Iron Port Dual Appliance, Maintenance, Installation and Training. This RFQ is issued on an unrestricted basis with a North American Industrial Classification System number of 334210 and the Small Business Size Standard is 1,000. The Naval Inventory Control Point intends to award a Firm Fixed Price type contract. The hardware items to be supplied are as follows: Item 0001 IronPort Dual Appliance Bundle C370 (AS,AV,VOF) 5Y Quantity 1,000 each, Part No. EBUN-2A-EN-SQR-5Y Item 0002 IronPort Management Bundle, 5Y Quantity 1 each, Part No. MBUN-1A-EN-ABC-5Y Item 0003 On-site Installation services, per unit Quantity 2 each, Part No. PRO-SERV-ONSITE Item 0004 2 Day on-site training Quantity 1 each, Part No. TR-NA-2D IronPort Email Security Appliance Contains the following at No Additional Cost : *Reputation Filter Module *Policy Enforcement Engine *Onboard Spam Quarantine *Onboard Policy Quarantines *LDAP Connector *Content Scanning Module (w/Weighted Customer Defined Dictionaries) *Recipient Validation Module *Anti-Phishing HTML Removal Module *Domain Keys Email Signing *Domain Key Validation *Onboard Reporting Module *SNMP V3 Module Hardware items called for by this RFQ have been identified in the synopsis/solicitation by a "Cisco brand name" description. This is a Cisco Brand Name Acquisition. Therefore, no substitution of brand name or part numbers is acceptable and you must be an authorized Cisco reseller. FAR Clause 52.212-2, Evaluation--Commercial Items (JAN 1999) is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2(a)--Award will be based on Lowest Price Technically Acceptable (LTPA) criteria. The following factors shall be used to evaluate offers to determine technical acceptability: 1.Cisco product Only 2.The Offeror shall be Cisco Gold Level Certified. Proof of level of certification shall be provided with the quote submission. 3.All items are quoted. Clause 52.212-3, Offeror Representations and Certifications (DEC 2001) apply and can be found at www.acqnet.gov.To be eligible for award offerors must be certified in ORCA before contract award. Incorporated by reference are the FAR Clause 52.212-4, Contract Terms and Conditions. ADDENDA to Clause 52.212-4 are incorporated by full text as follows: 52.216-1-TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-fixed Price, contract resulting from this solicitation. Incorporated by reference are FAR Clauses 52.233-2-SERVICE OF PROTEST (SEP 2006) and 52.233-3-PROTEST AFTER AWARD (AUG 1996). Incorporated by reference are the FAR Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders-Commercial Items (JAN 2011), Subsection (a), (b) 1, 5, 12, 13, 14, 15, 22-28, 31,33 and 42, (d), and (e). ADDENDUM to Clause 52.252-5 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984), is incorporated by reference and applies to FAR Section 9.104-1. Incorporated by reference is DFAR Clause 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005). Incorporated by reference are the DFAR Clauses 252.2127-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2011), Subsection (a), (b) 1-3, 17 and 19-21, and (c). The Ship to is the Puget Sound Naval Shipyard, locate in Bremerton, WA 98314-5001. All quotes are due by 5:00 PM, EST, 02/24/2011. The point of contact for this RFQ is Contracting Officer Deborah Thoman at Deborah.Thoman@navy.mil, Telephone (717) 605-3522.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010411QQ533/listing.html)
 
Record
SN02383632-W 20110220/110218234154-53331951aad67fbc3553b62fe00e815f (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.