MODIFICATION
70 -- CISCO Catalyst 385024 Port IP Switch
- Notice Date
- 6/28/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-16-Q-2650
- Archive Date
- 7/21/2016
- Point of Contact
- Debra J Dube, Phone: 401-832-2281
- E-Mail Address
-
debra.dube@navy.mil
(debra.dube@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number is N66604-16-Q-2650. This procurement is a 100% set-aside for small business. The North American Industry Classification System (NAICS) Code is 334418. Size standard is 1,000 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm-Fixed Price Basis the following: WS-C3850-24S-S CISCO CATALYST 3850 24 PORT GE SFP IP BASE; two (2) each S3850UK9-33SE CAT 3850 UNIVERSAL K9 IMAGE; two (2) each PWR-C1-350WAC 350W AC CONFIG 1 POWER SUPPLY; two (2) each STACK-T1-50CM 50 CM TYPE 1 STACKING CABLE; two (2) each CAB-SPWR-30CM CATALYST 3750X and 3850 STACK POWER CABLE 30 cm; two (2) each PWR-C1-BLANK CONFIG 1 POWER SUPPLY BLANK; two (2) each C3850-NM-BLANK CISCO CATALYST 3850 NETWORK MODULE BLANK, two (2) each GLC-T++= 1000BASE-T SFP, TAA COMPLIANT; four (4) each In accordance with FAR 39.203, Electronic and Information Technology (EIT) the switches provided under this contract shall comply with the EIT Accessibility Standards listed below: 36 C.F.R. § 1194.21 - Software Applications and Operating Systems 36 C.F.R. § 1194.25 - Self-contained, closed products 36 C.F.R. § 1194.31 - Functional Performance Criteria 36 C.F.R. § 1194.41 - Information, Documentation, and Support This requirement is for brand name items. No substitutions are allowed. New equipment only; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The Government intends to solicit in accordance with the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, No Other Supplies or Services Will Satisfy Agency Requirements. This requirement is for the procurement of components to the AN/USQ-144K(V)3/5 Automated Digital Network System (ADNS) submarine and shore architecture. The subject IT components are required for compatibility purposes. The subject IT components have been integrated extensively into network architectures throughout both submarine and shore infrastructure. Deviating from the specific make and model of these components would invalidate any testing and would result in a significant cost to the Government. Delivery shall be 30 days after date of order. F.O.B. Destination, Naval Station Newport, RI 02841. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision of FAR 52.212-3 Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses 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 apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. DFARS 252.211-7003, Item Identification and Valuation (AUG 2008), The contractor shall provide a unique item identifier (UID) for all delivered items for which the government's unit acquisition cost is $5,000.00 or more. Payment will be through Wide Area Workflow (WAWF). See DFAR Clause 252.232-7006, Wide Area Work Flow Payment Instructions. Vendors must be registered in the System for Award Management (SAM) prior to award. Registration information can be found at www.sam.gov. This requirement will be awarded to the offeror with the Lowest Price Technically Acceptable (LPTA) quote. Technically acceptable means the items quoted meet the Brand Name specifications listed above and can meet the required delivery date of 30 days from date of purchase order, FOB Destination- Newport, RI. The Government may consider past performance information. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), All timely offers will be considered. Offers must be submitted via email to debra.dube@navy.mil no later than 2:00 p.m. (EST) on Thursday, 6 July 2016. For information on this acquisition, contact Debra Dube at debra.dube@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2650/listing.html)
- Record
- SN04164084-W 20160630/160628234409-8f30e09129b0c8bce163ac9c15120edc (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 |