Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
MODIFICATION

70 -- IT Equipment

Notice Date
2/12/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N6756214RCBA050
 
Response Due
2/14/2014
 
Archive Date
8/13/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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.The solicitation number is N6756214RCBA050 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-02-14 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be MANAMA, null null The FLC - Norfolk requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: EXACT MATCH - CISCO 3750X 48 PORT SWITCH, P/N WS-C3750X-48T-S, 7, EA; LI 002: EXACT MATCH - CISCO 3750X 24 PORT SWITCH, P/N WS-C3750X-24T-S, 1, EA; LI 003: EXACT MATCH - CISCO 3750X 24 PORT SWITCH - FIBER, P/N WS-C3750X-24S-S, 4, EA; LI 004: EXACT MATCH - CISCO 2911 INTEGRATED SERVICES ROUTER W/ SECURITY BUNDLE, P/N CISCO2911-SEC/K9, 3, EA; LI 005: EXACT MATCH - CISCO SFP GBIC, P/N GLC-LH-SMD, 71, EA; LI 006: BRAND NAME OR EQUAL - MIDDLE ATLANTIC DWQ 24U WALLMOUNT CABINET W/ PLEXI DOOR, P/N DWR-24-26 & PFD-24 SPECIFICATIONS: 24U Wall Mount Cabinet 26 inch deep, 24 inch usable, 10, EA; LI 007: BRAND NAME OR EQUAL - MIDDLE ATLANTIC DWR 24U WALLMOUNT CABINET W/ SOLID DOOR, P/N DWR-24-26 & FD-24 SPECIFICATIONS: 24U Wall Mount Cabinet 26 inch deep, 24 inch usable, Solid front door, 4, EA; LI 008: BRAND NAME OR EQUAL - APC SMART-UPS 750VA, P/N SUA750RMI2U SPECIFICATIONS: 220V 750 Amp Rack Mountable UPS, 12, EA; LI 009: BRAND NAME OR EQUAL - APC REPLACEMENT BATTERY CARTRIDGE #24, P/N RBC24, 3, EA; LI 010: BRAND NAME OR EQUAL - NETSHLETER RACK, SX RACK 48U SPECIFICATIONS: 48U 600mm Wide x 1070mm Deep Enclosure, Rack Width 19 inch, 1, EA; LI 011: BRAND NAME OR EQUAL - TRIPPLITE 48 STRAND SC PATCH PANEL, P/N N052-048 SPECIFICATIONS: 48-Port Cat5e Patch Panel, 19-in. rackmount ready, 2U Height, 110 type punchdown termination, 3, EA; LI 012: BRAND NAME OR EQUAL - TRIPPLITE FIBER PATCH PANEL SC TO SC - FOR CABINETS, P/N N490-016-SCSC SPECIFICATIONS: 16 Port Rack Mountable SC to SC Patch Panel, 9, EA; LI 013: BRAND NAME OR EQUAL - TRIPPLITE LC TO SC 1M SINGLE MODE PATCH CABLE, P/N N366-01M SPECIFICATIONS: 1 Meter LC to SC Single Mode Patch Cable, 44, EA; LI 014: BRAND NAME OR EQUAL - BELKIN MTRJ TO MTRJ 1M FIBER PATCH CABLE, P/N N312-01M SPECIFICATIONS: 1 Meter MTRJ to MTRJ fiber patch cord, 4, EA; LI 015: BRAND NAME OR EQAUL - TRIPPLITE FIBER PATCH PANEL MTRJ TO MTRJ - FOR CABINET, P/N N490-016-MTRJ SPECIFICATIONS: 16 port rack mountable MTRJ to MTRJ patch Panel, 4, EA; LI 016: SHIPPING FEE TO BAHRAIN, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334111 and the Small Business Standard is 1,000. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) SYSTEM FOR AWARD MANAGEMENT (JULY 2013), SAM MAINTENANCE (JULY 2013) 52.211-6 BRAND NAME OR EQUAL, 52.212-1 INSTRUCTIONS TO OFFERORS Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2013) Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran?Representation and Certification (Dec 2012) Solicitation Provisions Incorporated by Reference (Feb 1998) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (MAY 2013) PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) ALTERNATIVE LINE ITEM STRUCTURE (SEPT 2011) SUBCONTRACTS FOR COMMERCIAL ITEMS (JUNE 2013) ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) Vendor shall certify that it is a Cisco Manufacturer Authorized Federal Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco as 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 and in their original box. The Vendor confirms to have sourced all Cisco Manufactured products submitted in this offer from Manufacturer only, in accordance with all applicable laws and policies 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. The equipment serial numbers will be verified against manufacturing records prior to accepting delivery. Any unauthentic or equipment which is verified as anything other than new and original by the manufacturer, will be rejected and returned to the bidder at their expense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6756214RCBA050/listing.html)
 
Place of Performance
Address: MANAMA, null null
Zip Code: null
 
Record
SN03287640-W 20140214/140212234649-abcbd9b0b3ce64b7d474a07d08b590b9 (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.