SOLICITATION NOTICE
70 -- CISCO Switches/Routers/Accessories - Requirements
- Notice Date
- 8/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-15-Q-1677
- Archive Date
- 9/12/2015
- Point of Contact
- Lisa M. McKeon, Phone: 401-832-7087
- E-Mail Address
-
lisa.mckeon@navy.mil
(lisa.mckeon@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Requirements This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-15-Q-1677. This procurement is a 100% set-aside for small business. The North American Industry Classification System (NAICS) Code is 334419. Size standard is 500 employees. The Naval Undersea Warfare Center, Division Newport intends to award a Firm Fixed Price (FFP) purchase order for the following items: CLIN 0001 QTY 4 Cisco Switch CLIN 0002 QTY 4 Cisco Power Supply CLIN 0003 QTY 4 Cisco Memory Card CLIN 0004 QTY 3 Cisco Router CLIN 0005 QTY 3 Cisco Power Supply CLIN 0006 QTY 3 Cisco RAM Upgrade CLIN 0007 QTY 3 Cisco Flash Upgrade CLIN 0008 QTY 3 Cisco Switch SEE ATTACHMENT FOR SPECIFIC REQUIREMENTS Required delivery is as follows: All CLINs - No later than 30 days after receipt of order. F.O.B. Destination: Naval Station Newport; Newport, RI. New equipment only; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The Government intends to solicit in accordance with the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, No Other Supplies or Services Will Satisfy Agency Requirements. This requirement is for the procurement of components to the AN/USQ-144K(V)3/5 Automated Digital Network System (ADNS) submarine and shore architecture. The subject IT components are required for compatibility purposes. The subject IT components have been integrated extensively into network architectures throughout both submarine and shore infrastructure. The Submarine Network lab is host to multiple variants of deployed shore and submarine networks in a simulated environment for the purpose of development, testing, troubleshooting, and certifications of varying levels. In order to perform the aforementioned tasking requires that the exact network architectures deployed at both submarine and shore sites. Deviating from the specific make and model of these components would invalidate any testing and would result in a significant cost to the Government. For this reason, the exact make and model of the IT components is required. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The following provisions and clauses apply: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-3 (Alt 1), Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, DFARS 252.211-7003, Unique Item Identifier, and In accordance with FAR 39.203, Electronic and Information Technology (EIT) the switches and routers provided under this contract shall comply with the EIT Accessibility Standards listed below: 36 C.F.R. § 1194.21 - Software Applications and Operating Systems 36 C.F.R. § 1194.25 - Self-contained, closed products 36 C.F.R. § 1194.31 - Functional Performance Criteria 36 C.F.R. § 1194.41 - Information, Documentation, and Support Full text of incorporated FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offers should include the following information: • Item Details • Price • Delivery terms • Point of contact (including phone number and email address) • Contractor CAGE code • GSA Contract Number, if applicable Offers must be submitted to Lisa McKeon at lisa.mckeon@navy.mil. Offers received after the closing date and time specified in this announcement are late and will not be considered for award. For information on this acquisition contact Lisa McKeon at 401-832-7087 or lisa.mckeon@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-15-Q-1677/listing.html)
- Record
- SN03854901-W 20150827/150825235928-11a5083cbcc4707b576115d9eeac6f37 (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 |