Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2007 FBO #2091
SOLICITATION NOTICE

70 -- Cisco

Notice Date
8/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
0010219271
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation. The reference document number for this is PR 0010219271. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and Defense Acquisition Circular 20070802. The applicable NAICS code is 334111. The iDirect equimment described below will be procured in accordance with FAR 6.302-1, ?Only one responsible source and no other supplies or services will satisfy aagency requirements?. Only the Brand Name Mandatory iDirect products and services listed below will maintain interoperability of existing systems using iDirect systems. The Government intends to purchase iDirect Hub System with Chassis on a Firm Fixed-Price basis. The contract line item numbers (CLIN) and descriptions are as follows: CLIN 0001, 1 each, HB-5I, 5-IF Hub System with Chassis (Support) 11U Hub Chassis, 20 Slot Chassis Assembly with Redundant AC Power Supply, 5TX, 5RX Ports iDirect NMS Server Software (loaded), iDirect Protocol Processor System Software (loaded), iDirect Graphical User Interface (GUI) Client Software (including: iBuilder and iMonitor), 2 Reference Clock Modules, KVM-8-Port Switch, Protocol Processor: iDirect Protocol Processor High Capacity Server (3.2 Ghz, 1GB, 36.4GB), 3 Years 24x7 Hour Hardware Support Network Management System: iDirect NMS High Capacity Server (2x3.2Ghz, 2GB, 146GB), 3 Years 24x7 Hour Hardware Support Hub LAN Switch: 48 Port 10/100 Ethernet Switch ? Multicast and VLAN Capable ? CISCO 2950 Hub Broadband Router: (2) Hub Broadband Router/Universal Line Card ? Inbound/Outbound (M1D1), (1) Hub Broadband Router Universal Line Casd ? Spare (M1D1), all Line Cards include 2 IF Cables and 1 LAN Patch Cable, TDMA Network Software.NMS High Capacity Server ? Spare (2x3.2Ghz, 2GB, 146GB), PP High Capacity Server ? Spare (3.2Ghz, 1GB, 34.6GB), Hub Lan Switch ? Spare 6ft KVM Cables ? Enhanced Level iSupport (12 months); CLIN 0002, 1 each, HB5-IMPLE Implementation Services Package for Model 5-IF, price is inclusive of travel and per diem expenses and includes Hub Engineering Design Initial Network Configuration Services, Server Configuration Services, Broadband Hub Installation, and Network Management Familarization, and CLIN 0003, 17 each, 7350-24 Series 7000 Indoor Unit Only, Mesh ready, Encrypted. Any shipping costs quoted separately will be cited under CLIN 0004. Award is expected to be placed prior on or before 28 September 2007. The items are to be shipped FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010 within thirty days of receipt of order. All Clauses are current as FAC 2605-18 and DCN 20070531. The following Federal Acquisition Regulation (FAR) clauses are incorporated by refererence and apply to this acquisition: 52.203-3 Gratuities, 52.20306 Alt I Restrictions on Subcontract Sales to the Government ? Alternate I, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.211-15 Defense Priority and Allocation Requirements, 52.212-1 Instructions to Offerors ?Commercial Items, 52.212-4 Contract Terms and Conditions ? Commercial Items, 52.212-5 Contract Terms and Coonditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation), 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.233-3 Protest after Award, 52.247-34 F.O.B. Destination, 52.252-6 Authorized Deviations in Clauses, and 52.253-1 Computer Generated Forms. The following Defense Federal Acquisition Regulations (DFAR) clauses are incorporated by reference and apply to this acquisition: 252.204-7003 Control fo Government Personnel Work Product, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests, 252.246-7000 Maaterial Inspection and Receiving Report, and 252.243-7002 Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference ? This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/thes address(es): http://www.arnet.gov/far or http://farsite.hill.af.mil. Offeror shall insure that information contained under FAR 52.213-3 Offeror Representations and Certifications ? Commercial Items is complete and current at the time of closing and available on the Online Representations and Certifications Application (ORCA). 5252.232-9511 Notice of Requirements for Prompt Payment (NAVAIR) The Government anticipates that this contract will be distributed to Defense Finance and Accounting Service (DFAS) by the DoD Electronic Document Access (EDA) system. DFAS is rersponsible for payment of contractor invoices. (a) In accordnace with FAR Clause 52.232-33 ?Payment by Electronic Funds Transfer-Central Contractor Registration?, the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally, the contractor is responsible for maintaining its active status in the CCR, database. Additionally, the contractor is responsible for maintaining its active status in the CCR database. (b) If the DUNS, CAGE code, TIM or address set forth in the contract do not match the information in the CCR, then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensure the DUNS, CAGE code, TIN and contractor address on the contract are accurate and in compliance with the CCR database. Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for the purpose fo modifying the contract to reflect the new data. 5252.232-9513 Invoicing and Payment (WAWF) Instructions, (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow-Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activited by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the Navy WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor ?Qucik Reference? Guides are located at the following web site: http://www.acquisition .navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. (b) The following information, regarding invoice routing DODAAC?s, must be entered for completion of the invoice in WAWF? WAWF Invoice Type: elect 2-in-1 for FFP Services Only, Select Combo for Supplies, or Services AND FFP Services, Issuing Office DODAAC: N00421, Admin Office DODAAC: To be assigned at time of award, Inspector and Ship To DODAAC: N355A, Paying Office DODAAC: To be assigned at time of award. (c) Contractors approved by DCAA for direct billing will not process vouochers through DCAA, but may submit directly to DFAS. Final voucher submission will be approved by the ACO. (d) For each invoice/cost voucher submitted for payment, the contractor shall also email the WAWF automated invoice notice directly to the following points of contact: Scott Phillippi, Scott.phillippi@navy.mil, (301) 995-8335, Acceptor/Inspector, Elaine Stone, Mary.e.stone@navy.mil, (301) 995-8928, Alternate Acceptor/Inspector. Responsible interested parties may submit information in which they identify their interest and capability by 31 August, 2007, 1700 EST. The Government will not pay for any information received. Facsimile and/or email offers are acceptable. For information contact Jeffrey Leighton, at (301) 995-8894, Fax (301) 995-8545 or e-mail to Jeffrey.Leighton@navy.mil. **END**
 
Place of Performance
Address: SUPPLY OFFICER, NAWCAD, BUILDING 8115 VILLA ROAD, ST. INIGOES, MD
Zip Code: 20684
Country: UNITED STATES
 
Record
SN01375356-W 20070818/070816222344 (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.