Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
SOLICITATION NOTICE

70 -- CISCO IE-2000 Industrial switches and associated hardware

Notice Date
3/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008518T9755
 
Response Due
3/14/2018
 
Archive Date
3/29/2018
 
Point of Contact
John Bishop 757-341-0090 John Bishop - 757-341-0090
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N40085-18-T-9755. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Publication Notice 20151001. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334111 and the Small Business Standard is 1,250 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The Naval Facilities Engineering Command, Mid-Atlantic requests responses from qualified sources capable of providing the required Cisco Systems, CISCO IE-2000 Industrial switches and associated hardware listed below: Cisco IE-2000-4TS-G-B Ethernet Switch - 4 Ports - Manageable - 2 x Expansion Slot (Part #: IE-2000-4TS-G-B) Quantity: 20 1GB SD Memory Card for IE2000 (Part #: SD-IE-1GB) Quantity: 20 Cisco Power Module - 110 V AC, 220 V AC (Part #: PWR-IE65W-PC-AC=) Quantity: 52 19 in DIN rail for rack mount kit (Part #: STK-RACK-DINRAIL=) Quantity: 10 In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit or gray market), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box, and TAA compliant. By submitting a response to a Request for Quote (RFQ), Request for Proposal (RFP), the Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized distributors only, in accordance with Manufacturers applicable policies in effect at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. Please contact our Cisco Account Manager, Dale Kling, for any questions. He can be reached at 408-895-1445 or dakling@cisco.com The above listed items will need to be delivered to the following address upon contract award. ATTN: Josh Stephens, CIO COMMANDING OFFICER NAVFAC Mid-Atlantic 9742 Virginia Ave. Bldg. A-81, Room 116 Norfolk, VA 23511 The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.213-3 Alt I - Offeror Representations and Certifications “ Commercial Items 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Equal Opportunity 52.225-25 Prohibition or Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran “Representation and Certifications. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.215-7008 Only One Offer 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract payments This announcement will close at 2:00 PM Eastern Standard Time on Tuesday, 02 November, 2017. Contact John Bishop, who can be reached at (757)341-0135 or via email at john.p.bishop1@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This is Low price Technically Acceptable (LPTA) System for Award Management (SAM). Offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number and business size. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518T9755/listing.html)
 
Record
SN04844197-W 20180308/180306231144-293ed490302f91290309a204fc7ae937 (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.