Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2002 FBO #0301
SOLICITATION NOTICE

59 -- COMBINED SYNOPSIS/SOLICITATION FOR CISCO CORPORATION ROUTERS, NETWORKS SWITCHES AND MISC. COMPONENTS

Notice Date
9/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N63394 160 Rochester Way Louisville, KY
 
ZIP Code
00000
 
Solicitation Number
N6339402T0424
 
Point of Contact
Jacque Gee, Contract Specialist 502-364-5404 John Walker, Contracting Officer (502) 364-5280
 
E-Mail Address
Email your questions to Point of Contact Via Email
(geejr@nswcl.navy.mil)
 
Description
This is a combined synopsis/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; a quotation is being requested, NO written solicitation will be issued. This procurement is restricted to CISCO Corporation or CISCO Corporation authorized distributors. FSC: 5999, NAICS: 334419, Size standard: 500 employees. This document and the incorporated provisions and clauses are those in effect through Federal Acquisition circular 2002-06 dated 4 April 2002. The following items and quantities are required: ITEM 0001 - Seven (7) Routers consisting of the following components and configurations. Each Router shall be delivered fully assembled and tested. PRICING FOR ITEM 0001 MUST BE PER COMPLETE ROUTER, NOT BY INDIVIDUA L COMPONENT. Product Description Quantity CISCO7505/4 Cisco 7505 5-Slot, 1 CyBus, 1 1RSP4, Single Power Supply CHAS-7505 7505 CHASSIS AND AC POWER 1 RSP4+ Cisco 7500 Series Route Switch 1 Processor 4+ MEM-RSP4-FLC32M RSP4/4+ Flash Card: 32 MB Option 1 MEM-RSP4-128M RSP4/RSP4+ 128MB DRAM Option 1 CAB-7KAC AC Power Cord North America 1 S75A-12210 Cisco RSPx Series IOS ENTERPRISE 1 VIP4-50 Versatile Interface Processor 4, 1 Model 50 MEM-VIP4-64M-SD 64 MB SDRAM Option for VIP4 (Default) 1 PA-2FE-FX 2-Port Fast Ethernet 100Base FX 2 Port Adapter VIP4-50 Versatile Interface Processor 4, 1 Model 50 MEM-VIP4-64M-SD 64 MB SDRAM Option for VIP4 (Default) 1 PA-2FE-FX 2 -Port Fast Ethernet 100Base FX 1 Port Adapter PA-F/FD-MM 1-Port FDDI Full Duplex Multi-Mode 1 Port Adapter ITEM 0002 - Three (3) Network Switches consisting of the following components and configurations. Each Network Switch shall be delivered fully assembled and tested. PRICING FOR ITEM 0002 MUST BE PER COMPLETE NETWORK SWITCH, NOT BY INDIVIDUAL COMPONENT. Product Description Quantity WS-C5505 Catalyst 5505 Chassis 1 WS-C5508B Catalyst 5000/5505 AC Power Supply 1 WS-G5484 100Base - SX "Short Wavelength" GBIC 2 WS-X5236-FX-MT 24 port 100FX Switch Module 2 FEC,WRED,802,1Q/1SL,MT-RJ) WS-X5550 Catalyst 5K Supervisor IIIG 1 SC5K-SUPG-6.1.1 Catalyst 5K Supervisor 2G&3G, 1 Flash Imag. Releas e 6.1.1 ITEM 0003 - One (1) WS-X5550 Catalyst 5K Supervisor IIIG with Catalyst 5K Supervisor 2G&3G, Flash Imag. Release 6.1.1 ITEM 0004 - One (1) WS-X5236-FX-MT 24 Port 100FX Switch Module (FEC,WRED, 802,1Q/1SL, MT-RJ) ITEM 0005 - One (1) WS-G5484 100 Base SX Short Wavelength GBIC ITEMS 0001 THROUGH 0005 WILL BE AWARDED ON A LOT BASIS. Preservation, Packaging, Packing and Marking shall be in accordance with Best Commercial Practices. Inspection and Acceptance shall be performed at destination by Louisville Detachment personnel. Delivery of Items 0001 through 0005 is required within thirty (30) days after receipt of order. FOB point is destination. Ship to: N30766, Receiving Officer, Naval Surface Warfare Center, Port Hueneme Div., Louisville Detachment, 7659 National Turnpike, Bldg. 1, Louisville, KY 40214. M/F: Code 4K12 Ed Schmackers. The following provi sions/clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.232-16 Progress Payments. The following clause is incorporated by full text: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2001) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O.11755). (2) 52.233-3, Protest after Award (31 U.S.C.3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive or ders applicable to acquisitions of commercial items or components: [Contracting Officer must check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4) ____(i) ____(ii) ____(iii) 52.219-5, Very Small Business Set-Aside (Pub.L.103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). Alternate I to 52.219-5. Alternate II to 52.219-5. _X_ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C.637(d)(4)) . ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C.637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub.L.103-355, section 7102, and 10 U.S.C.2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) ____Alternate I of 52.219-23. ____(9) 52.219-25, Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting (Pub.L.103-355, section 7102, and 10 U.S.C.2323). ____(10) 52.219-26, Small Disadvantaged Business Participation Program -- Incentive Subcontracting (Pub.L.103-355, section 7102, and 10 U.S.C.2323). _X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (12) 52.222-26, Equal Opportunity (E.O.11246). _X_ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.421 2). _X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793). _X_ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212). _X_ (16) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O.13126). ___ (17) ___ (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C.6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C.6962(i)(2)(C)). ___ (18) 52.225-1, Buy American Act - Balance of Payments Program - Supplies (41 U.S.C.10a-10d). ___ (19) ____(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C.10a-10d, 19 U.S.C.3301 note, 19 U.S.C.2112 note). ____(ii) Alternate I of 52.225-3. ____(iii) Alternate II of 52.225-3. ___ (20) 52.225-5, Trade Ag reements (19 U.S.C.2501, et seq., 19 U.S.C.3301 note). ___ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129). _X_ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (E.O.12849). ___ (24) 52.232-33 , Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C.3332). ___ (25) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C.3332). ___ (26) 52.232-36, Payment by Third Party (31 U.S.C.3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C.552a). ___ (28) ___ (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C.1241). ___ (ii) Alternate I of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C.351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C.206 and 41 U.S.C.351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C.351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C.206 and 41 U.S.C.351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Succ essor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C.351, et seq.). ____ (6) 52.222-50, Non-displacement of Qualified Workers (Executive Order 12933). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for e xamination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does no t maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O.11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); (4) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (46 U.S.C.1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Cont ract Act of 1965, As Amended (41 U.S.C.351, et seq.). (End of Clause) Offeror MUST provide the information contained in 52.212-1 Instruction to Offeror-Commercial Items, 252.212-7000 Offeror Representative and Certification-Commercial Items and MUST include a completed copy of 52.212-3 Alternate 1 Offeror Representatives and Certifications and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their offer. FAR clauses may be viewed/downloaded from http://www.acq.osd.mil/dp/dars. Offeror MUST be registered in Central Contractor Registration (CCR) and provide its Commercial and Government Entity (CAGE) Code. Award of a firm fixed price type order will be made on the determination that the offeror is responsive to the requirements of the solicitation, responsible within the guidelines established in FAR 9.104 and that the price is determined to be fa ir and reasonable by the Contracting Officer. A written quotation and the above required information MUST be received at Naval Surface Warfare Center, Port Hueneme Division, Louisville Detachment, 160 Rochester Drive, Louisville, KY 40214-2681, Attn: Jacque Gee on or before 16 October 2002 at 1:00 PM Eastern Daylight Savings Time. FAXED/EMAILED QUOTATIONS ARE NOT ACCEPTABLE. POC is Jacque Gee (502) 364-5404, email: geejr@nswcl.navy.mil. Note #22 applies to this procurement.
 
Web Link
N/A
(http://www2.eps.gov/spg/USN/NAVSEA/N63394/N6339402T0424/N/A)
 
Record
SN00177702-W 20020929/020927213613 (fbodaily.com)
 
Source
FedBizOpps.gov 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.