Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2012 FBO #3843
SOLICITATION NOTICE

70 -- Cisco SMARTNET maintenance renewals

Notice Date
5/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
 
ZIP Code
00000
 
Solicitation Number
N6660412Q2284
 
Response Due
6/4/2012
 
Archive Date
7/4/2012
 
Point of Contact
Christopher Kenney 401-832-4828
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at https://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 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. Request For Quotation (RFQ) number is N66604-12-Q-2284. NUWC Division Newport intends to purchase the following Cisco SMARTNET maintenance renewals of sole make and model, no substitutions allowed (see attached Sole Make and Model document for details): CLIN 0001 CISCO SMARTNET MAINTENANCE consisting of: QtyMaint Part Number Maintenance Description 15CON-SNT-C2801SMARTNET 8X5XNBD 2801 1CON-SNT-2811SMARTNET 8X5XNBD 2811 1CON-SNT-2911VSECSMARTNET 8X5XNBD 2911VSEC 2CON-SNT-3825SMARTNET 8X5XNBD 3825 2CON-SNT-3845HSECSMARTNET 8X5XNBD 3845HSEC 3CON-SNT-3925EVSCSMARTNET 8X5XNBD 3925EVSC 9CON-SNT-3560GTESMARTNET 8X5XNBD 3560GTE 5CON-SNT-C3560EESMARTNET 8X5XNBD C3560EE 6CON-SNT-3750GE1USMARTNET 8X5XNBD 3750GE1U 6CON-SNT-CP7962SMARTNET 8X5XNBD CP7962 6CON-SNT-CP7965SMARTNET 8X5XNBD CP7965 3CON-SNT-WAE674K9SMARTNET 8X5XNBD WAE674K9 7CON-SNT-WAV274KSMARTNET 8X5XNBD WAV274K 10CON-SAU-WAASENAPWAAS ENT APP SUPPORT + UPGRADE PLEASE SEE ATTACHED SPREADSHEET FOR FULL DETAILS DIRECTLY FROM CISCO Required delivery is as follows: ALL CLINs “ 5 Days after receipt of order F.O.B. Destination Naval Station Newport; Newport, RI (electronic delivery). This procurement is advertised as a 100% small business set-aside. NAICS is 334119 Size standard is 1000 employees. In order to be considered for award, the vendor must either be a Select, Premier, Silver or Gold Certified Cisco Partner. All vendors are required to submit documentation with its offer that identifies Cisco Partnership level. The vendor ™s Cisco Partner status will be verified by the Government with Cisco Brand Protection prior to award. The vendor shall warrant that all products are new and in its original Cisco box. The vendor confirms to have sourced all Cisco products provided under this contract directly from Cisco or through Cisco authorized channels only. The vendor shall make the End User (Government) customer clearly known to Cisco so that warranty and service contract information can transfer to the appropriate party. Vendor shall certify prior to award that all Cisco hardware/software to be delivered shall be licensed to the Government as the original licensee authorized to use Cisco hardware/software. Prior to payment authorization, the Government intends to confirm with Cisco Brand Protection that all Cisco hardware/software provided under this contract was sourced through authorized channels only and that all warranties are transferrable to the Government. The contractor is required to provide all hardware/software serial numbers for the items to be delivered under this contract within seven days after date of award. In the event that the Government determines that the hardware/software received is not 1st tier, the Government need not accept delivery. If the hardware/software delivered is determined not 1st tier, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by law. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: none. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating: Unrated. Offers must be submitted via email to the address below. Offers must be received by 9:00 a.m EDT on June 4, 2012. Offers received after this date and time are late and will not be considered for award. For information on this acquisition contact Christopher J. Kenney at 401-832-4828 or christopher.j.kenney@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660412Q2284/listing.html)
 
Record
SN02763272-W 20120602/120601000550-b89eae2d74b5f62d784f2864edd63a3d (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.