SOLICITATION NOTICE
58 -- CISCO IP PHONE 7960G
- Notice Date
- 4/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024410T0208
- Response Due
- 4/26/2010
- Archive Date
- 5/26/2010
- Point of Contact
- Charles (Fletch) Fletcher II 619-532-2658
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Standard Industrial Code 3577, Federal Supply Class 5805 and NAICS 334119. This is an All or None, Brand Name or Equal offer. The agency need of the following requirements: INDIVIDUAL ITEMS BREAKDOWN LIST Part/Catalog NumberDescriptionQtyUIUPExtended PriceCP-7960G-CCMECISCO IP PHONE 7960G100EA56620.024CLARITY WALKER WS-2620100EACP-79147914 IP PHONE EXTENSION10EACP-SINGLEFOOTSTANDCP-SINGLE FOOT STAND10EACP-PWR-CUBE-3CISCO IP PHONE TRANSFORMER10EACP-PWR-CORD-NACISCO 7900 TRANSFORMER CORD10EA43465-01PLANTRONICS ENCOREH91N30EA27708-01PLANTRONICS-HEADSET MUTE SWITCH30EA49323-04PLANTRONICS HIC-1-HEADSET ADAPTER30EA010844CYBERDATA VOIP CEILING SPEAKER25EA010882CYBERDATA WALL MOUNT ADAPTER25EA313-6412 AX510 SOUNDBAR50EA Note for vendors offering CISCO products: "Vendor shall certify that it is a Cisco Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with the applicable Cisco certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all Cisco products submitted in this offer from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current Cisco's applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software." SALIENT CHARACTERISTICS FOR CISCO IP PHONE 7960G 1.For the purposes of fulfilling the requirements salient characteristics Cisco IP Phone 7960G P/N: CP-7960G-CCME is in keeping with existing communication services and lifecycle management. Benefitting the government by using like equipment will save time and manpower needed for loading, configuring, and troubleshooting. Keeping with configuration management, as well as service agreements..Cisco IP Phone 7960G - VoIP phone - H.323, MGCP, SCCP, SIP - silver, dark gray - with 1 x user License for Cisco Call Manager Express.Clarity Walker WS-2620 - Telephone handset.7914 IP Phone Expansion Module for 7961.CP-SINGLEFOOTSTAND - Foot stand Kit for Single.Cisco IP Phone Power Transformer for the 7900 Phone.Cisco 7900 Transformer Power Cord.Plantronics Encore H91N - Headset ( semi-open ).Plantronics - Headset mute switch.Plantronics HIC-1 - Headset adapter - Quick disconnect.Cyber Data VoIP Ceiling Speaker.Cyber Data Wall Mount Adapter.AX510 Sound Bar for Dell Ultra Sharp & P Series flat panel display The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008);FAR 52.211-5 Material Requirements (AUG 2000); FAR 52.211-6 Brand Name or Equal (AUG 1999); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Au! thorities and Remedies (Feb 2008); FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-1 Buy American Act-Supplies (June 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); N00244L332 Unit Prices; N00244M282 Award By Full Quantity (AUG 1992) (FISC SAN DIEGO) and N00244M311 Evaluation-Using Technically Acceptable Minimum Criteria and Price Factors (APR 1996) (FISC SAN DIEGO). DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and SUP 525.232-9402, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PM (PST), Monday, 26 April 2010 and will be accepted via Fax (619) 532-1088, Attn: Charles (Fletch) Fletcher II or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.htmlDFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0208/listing.html)
- Place of Performance
- Address: 53720 HORIZON DRIVEBLDG 58, SAN DIEGO, CA
- Zip Code: 92147
- Zip Code: 92147
- Record
- SN02125522-W 20100421/100419234559-8283b63d3079425110d6072e67075a56 (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 |