Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
SOLICITATION NOTICE

70 -- Cisco Hardware and Software Maintenance Renewal - Package #1

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4707-11-Q-0123
 
Archive Date
10/2/2012
 
Point of Contact
David Stemple, Phone: 2699615372
 
E-Mail Address
david.stemple@dla.mil
(david.stemple@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Cisco Inventory List J&A Defense Logistics Agency has a requirement for Cisco Smartnet Maintenance Renewals. This is issued as Request for Quotation (RFQ) # SP4707-11-Q-0123. Place of performance is Columbus, Ohio. Inspection, acceptance and F.O.B. are at destination, Columbus, Ohio. Delivery shall be 30 calendar days after award date. 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-53. A redacted copy of the required brand-name justification is included with this announcement. This acquisition is set-aside100 % for small business concerns, and the associated NAICS code is 541511 with a SBA assigned size standard of $25.0 million in average annual receipts. Offerors shall provide a price for each contract line item number (CLIN) in their quote. Quotes with quantities different than requested or products other than those requested will be deemed technically unacceptable. CLIN Descriptions: CLIN 001: DLA Land and Maritime Enterprise Cisco Smartnet Renewal, Cisco account number(s): 91302907 & 91302894. QTY: 01 LO. Reference attached Cisco Inventory List. Only the original equipment manufacturer (CISCO) or CISCO-authorized third party service providers are eligible to be considered technically acceptable. Offerors shall certify that they are an Authorized Channel as of the date of the submission of their response. Further, offerors shall provide documentation supporting their certification and specialization level required by CISCO to support the product sale. By submitting a response to this solicitation the vendor certifies to source all CISCO products directly from CISCO or through CISCO Authorized Channels only, in accordance with all applicable laws and current, applicable CISCO policies. The evaluation factor(s) for award is; lowest-price, technically acceptable. Any resulting contract or order will be firm-fixed price. Funds are not presently available for performance on any resultant contract. The Government's obligation for performance of any resultant contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under any resultant contract, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Please place "SP4707-11-Q-0123" in the subject field of any e-mail correspondence. Questions regarding this RFQ are due by September 9, 2011 at 4:00 PM EST. Responses are due by September 12, 2011 at 4:00 PM EST. Please include your Cage code with your quote. Late questions and quotes shall not be accepted. Questions and/or quotations may be submitted by e-mail to David Stemple, the primary point of contact for this announcement, at david.stemple@dla.mil, or by FAX: (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Availability of Funds for the Next Fiscal Year (Apr 1984) - FAR 52.232-19 Instructions to Offerors -- Commercial Items (Jun 2009) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (Aug 2009) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Mar 2009) -- FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sept 2009) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) In paragraph (b) the following clauses apply: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). _X_ (11) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). _X_ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). _X_ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). _X_ (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X_ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _X_ (40) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). _X_ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Offeror Representations and Certifications--Commercial Items (July 2009) DFARS 252.212-7000. Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) -- DFARS 252.212.7001 In paragraph (a) the following clauses apply: _X_ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). In paragraph (b) the following clauses apply: (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (8) _X_ 252.225-7012, Preference for Certain Domestic Commodities (DEC 2008) (10 U.S.C. 2533a). (21) _X_ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56d2673ce14637fef67bcd3f309e287e)
 
Place of Performance
Address: Defense Supply Center Columbus, 3990 E. Broad Street, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN02561374-W 20110904/110902235309-56d2673ce14637fef67bcd3f309e287e (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.