Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2015 FBO #5020
SOLICITATION NOTICE

75 -- Cisco WAIF Procurement - WAIF Requirements - Sole Make and Model Justification (SMMJ)

Notice Date
8/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
15-3167-WAIF
 
Archive Date
9/12/2015
 
Point of Contact
Maureen Fauske, Phone: 4018326762
 
E-Mail Address
maureen.fauske@navy.mil
(maureen.fauske@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Make and Model Justification WAIF WAIF Requirements PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-15-Q-3167. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for purchase of 10 Gigabit (Gb) Ethernet Switches and VoIP Phones to extend the Wide Area Integration Facility (WAIF) network to other buildings at NUWCDIVNPT and Cisco 274 / 674's Wide Area Network (WAN) Optimizers on the WAIF. Refer to the list of required part numbers, below which are being purchased on a sole make and model basis; no substitutions allowed (refer to the attached SMMJ). All offerors are required to submit documentation with their quote that identifies Cisco Partnership level which will be verified by the Government with Cisco Brand Protection prior to award. Delivery shall be forty-five (45) days after award. F.O.B. Destination, Naval Station Newport, RI 02841. Payment will be made via Wide Area Work Flow (WAWF). This procurement is solicited as 100% Small Business Set-Aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334210, Telephone Apparatus Manufacturing. The Small Business Size Standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. FAR clauses 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 apply. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable (1) the offeror must provide the sole make and model items required by this solicitation in the specified quantities; (2) the offeror must certify that it is a Premier, Silver, or Gold Cisco Certified Partner as of the date of quote submission and affirm to have sourced all Cisco products submitted in its quote from Cisco or through Cisco Authorized Channels; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. In accordance with FAR 39.204(d), an exception to Section 508 applies; items are located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment. DFARS Clause 252.211-7003 Item Identification and Valuation applies to any line item with a unit cost of $5,000.00 or more. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far. Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), GSA Contract Number, contractor Cage Code, and contractor DUNs number. Quotes shall be submitted via electronic submission to Maureen Fauske at maureen.fauske@navy.mil. Quotes must be received on or before Aug 28, 2015 at 2:00 p.m. Eastern Daylight Time (EDT). Quotes received after the closing date and time specified will be ineligible for award. Point of Contact: Maureen Fauske 401-832-6762 Contracting Office Address: N66604 Naval Undersea Warfare Center 1176 Howell Street, Bldg. 1258, Newport, Rhode Island 02841 Allow Vendors To Add/Remove From Interested Vendors: Yes Allow Vendors To View Interested Vendors List: Yes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/15-3167-WAIF/listing.html)
 
Record
SN03847644-W 20150822/150820235639-43a5ea361f59eac91ce2b2b43d0960c9 (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.