Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2013 FBO #4292
SOLICITATION NOTICE

58 -- Cisco 2951 Security Bundle

Notice Date
8/23/2013
 
Notice Type
Presolicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-13-T-6467
 
Response Due
8/29/2013
 
Archive Date
9/28/2013
 
Point of Contact
Point of Contact - DANILO B IBARRA, Contract Specialist, 619-553-1154; AURORA VARGAS, Contracting Officer, 619-553-0901
 
E-Mail Address
Contract Specialist
(danilo.ibarra@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. Competitive quotes are being requested under N66001-13-T-6467. This requirement is set-aside for Small Business / Brand-name only, NAICS code is 334210 and business size standard is 1000. Payment terms will be Net 30. ITEM 0001. CISCO2951-SEC/K9 (CISCO BRAND) Cisco 2951 Security Bundle w/SEC license PAK 2951UK9-15103T (CISCO BRAND) Cisco IOS Universal - ( v. 15.1(3)T ) QTY = 1 EA UNIT COST = TOTAL = ORDER INCLUDES THE FOLLOWING ITEMS AT NO COST: PWR-2921-51-AC (CISCO BRAND) Cisco 2921/2951 AC Power Supply, SL-29-IPB-K9 (CISCO BRAND) IP Base License (Paper) for Cisco 2901-2951, L-SL-29-SEC-K9 (CISCO BRAND) Security License (E-Delivery) for Cisco 2901- 2951, ITEM 0002. L-FL-29-HSEC-K9 (CISCO BRAND) U.S. Export Restriction Compliance license for 2921/2951 (e-Delivery). QTY =1 EA UNIT COST = TOTAL = ITEM 0003. MEM-2951-512U4GB (CISCO BRAND) 512MB to 4GB DRAM Upgrade (2 2GB DIMM) for Cisco 2951 ISR QTY = 1 EA UNIT COST = TOTAL = ITEM 0004. MEM-CF-256MB (CISCO BRAND) 256MB to 2GB Compact Flash Upgrade for Cisco 1900, 2900, 3900 ISR, New QTY = 1 EA UNIT COST = TOTAL = ITEM 0005. L-SL-29-DATA-K9 Data License (E-Delivery) for Cisco 2901-2951 QTY = 1 EA UNIT COST = TOTAL = ITEM 0006. SL-29-UC-K9 (CISCO BRAND) Unified Commn. License (Paper) for Cisco 2901-2951 QTY = 1 EA UNIT COST = TOTAL = ITEM 0007. HWIC-4T (CISCO BRAND) Cisco 4-Port Serial High-Speed WAN Interface Card (HWIC-4T): Four high-speed serial ports QTY = 1 EA UNIT COST = TOTAL = ITEM 0008. SM-ES3G-16-P (CISCO BRAND) 16-Port Cisco Enhanced EtherSwitch Service Modules, - Enhanced EtherSwitch, L2/L3, SM, 16GE, POE, New QTY = 3 EA UNIT COST = TOTAL = ITEM 0009. MAINTANCE AND SERVICE FOR CISCO 2951 4.0 SMARTNET-S 1 CON- SNT-2951SEC 1 Year QTY = 1 lot UNIT COST = TOTAL = GRAND TOTAL: LIFETIME WARRANTY IS REQUIRED. Basis for award: The government anticipates awarding a firm-fixed price purchase order. To be considered for award, the offeror certifies that the product being offered is an original and new Cisco product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufactures to sell the Cisco product in the U.S. Offerors are required to submit documentation with the offer identifying its supply chain for the product, that all products are new and in their original Cisco packaging. By making an offer, offeror also consents to cancellation of award if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturers or that Offeror was not authorized by the manufacturer to sell the Cisco product in the U.S. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-69, Effective 01 Aug 2013 & DFARS DPN 20130710, Effective 10 July 2013). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at http://farsite.hill.af.mil Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications. Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108- 78), 52.222-3, Convict LaborE.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.214-3, Amendments to Invitations for Bids, 52.214-4, False Statements and Bids, 52.214-5, Submission of Bids, 52.214-6, Explanation to Prospective Bidders, 52.214-7, Late Submissions, Modifications, and Withdrawls of Bids. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Deviation apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227). DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-13-T-6467 to be considered. This RFQ closes on August 29, 2013 at 10:00 AM, Pacific Daylight Time (PDT). Required Delivery Date = September 30, 2013. Delivery Address: SPAWAR SYSTEMS CENTER PACIFIC RECEIVING OFFICER 4297 PACIFIC HIGHWAY, BLDG OT7 The point of contact for this solicitation is Danilo Ibarra at danilo.ibarra@navy.mil. Please include RFQ N66001-13-T-6467 on all inquiries. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b1b20fc8fb3fdf05b8d8b952d2c79be)
 
Record
SN03160324-W 20130825/130823235514-0b1b20fc8fb3fdf05b8d8b952d2c79be (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.