Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2015 FBO #5096
MODIFICATION

70 -- BRAND NAME (DELL, EMERSON, CISCO) SOLICITATION

Notice Date
11/4/2015
 
Notice Type
Modification/Amendment
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-6400
 
Response Due
11/6/2015
 
Archive Date
12/6/2015
 
Point of Contact
Point of Contact - DANILO B IBARRA, Contract Specialist, 619-553-1154; BELINDA SANTOS, Contracting Officer, 619-553-4502
 
E-Mail Address
Contract Specialist
(danilo.ibarra@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0008 EFFECTIVE DATE 11/04/2015 1. The purpose of this amendment is to attach the Cisco Configuration and other equipment in the list. 2. RFQ end date stays the same, 6 November, 2015, 10:00 AM PST. 3. All other terms and conditions remain the same. *********************************************************** AMENDMENT 0007 EFFECTIVE DATE 11/04/2015 1. The purpose of this amendment is to CORRECT Line Items 19 and 20 PN. Line item 19 - PN: PUL-2093L030008, QTY = 7 EA. Line item 20 - PN: PUL-GTCBL04737M. QTT = 6 EA. 2. RFQ end date extended to 6 November, 2015, 10:00 AM PST. 3. All other terms and conditions remain the same. *************************************************************** AMENDMENT 0006 EFFECTIVE DATE 11/03/2015 1. The purpose of this amendment is to include a TE/ADC Catalog 2. RFQ end date remains the same = 4 November, 2015, 10:00 AM PST. 3. All other terms and conditions remain the same. **************************************************************** AMENDMENT 0005 EFFECTIVE DATE 11/02/2015 1. The purpose of this amendment is to CORRECT Line Items 19 and 20 PN. Line item 19 - ADC PMM-616005 Multi-circuit patch panel, 16 non-LED patch modules, 1 non-LED test module, 1 blank module and Line item 20 - ADC PMM-616005RED Multi-circuit patch panel, reverse keyed, 16 non-LED patch modules, 1 non-LED test module, 1 blank module 2. RFQ end date extended to 4 November, 2015, 10:00 AM PST. 3. All other terms and conditions remain the same. *************************************************************** AMENDMENT 0004 EFFECTIVE DATE 10/28/2015 1. The purpose of this amendment is to correct the RFQ end date from 3 November, 2017, 10:00 A.M. PST to 3 November, 2015 in Amendment 0003. 2. RFQ end date 3 November, 2015 stays the same. 3. All other terms and conditions remain the same. *************************************************************** AMENDMENT 00003 EFFECTIVE DATE 10/26/2015 1. The purpose of this amendment is to extend RFQ end date to 3 November, 2017, 10:00 A.M. PST. 2. All other terms and conditions remain the same. *************************************************************** AMENDMENT 00002 EFFECTIVE DATE 10/20/2015 1. The purpose of this amendment is to incorporate the Emerson NetSure 502 System Configuration, XL GPS 1530 602 1 Data Sheet, and to address below questions regarding; - Solarwinds ID will be SW21791090. - For the Vandyke licenses, this is for the procurement of new licenses, not the upgrade of current license. For this, there is no serial numbers yet. 2. RFQ end date remains the same. 3. All other terms and conditions remain the same. *********************************************************** AMENDMENT 00001 EFFECTIVE DATE 10/19/2015 1. The purpose of this amendment is to incorporate the Symmetricom Catalog. 2. RFQ end date remains the same. 3. All other terms and conditions remain the same *********************************************************** N66001-16-T-6400 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. This announcement constitutes only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-16-T-6400. This requirement is set-aside for small businesses, NAICS code is 334112 and the size standard is 750 employees. QUOTE "BRAND NAME - DO NOT SUBSTITUTE" SEE ATTACHED SPREADSHEET FOR PURCHASE DESCRIPTIONS. THE DESCRIPTION IS UPLOADED ON THE SPAWAR e-COMMERCE WEBSITE. SUBMIT QUOTE IN LINE ITEM SEQUENCE. QUOTES WILL BE EVALUATED ON AN "ALL OR NONE" BASIS. PLEASE NOTE: DFARS 252.211-7003, Unique Identification & Valuation applies to any tangible item which unit cost is $5,000.00 or more. Please quote the cost for UID labels and registration as a separate CLIN on the quote if the labels are not included at no COST. Basis for award: 1. The Government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced, technically acceptable quote. 2. For Cisco items Vendor must provide at time of submission of quote, their Cisco authorized distributor information (POC), phone number and e-mail address) and/or any documentation supporting that the items/service are actually coming from that manufacturer, i.e. certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote(s) will not be considered for award. The vendor's authorized distributor status will be verified by the Government prior to award. "The statement below applies to CLINs 0001-0132 To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant 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 manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items 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 manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. " Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. RFQ Number N66001-16-T-6400 e. Preferred Delivery: F.O. B. Destination. If quoting FOB origin, shipping estimate must be provided. f. Indicate delivery lead time after receipt of order. Ship to Address: SPAWAR SYSTEMS CENTER PACIFIC Receiving Officer 4297 PACIFIC HIGHWAY, BLDG OTC7 SAN DIEGO, CA 92110 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 (10/05/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20151001(Effective 01 Oct 2015). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses shown below can be accessed in full text at www.farsite.hill.af.mil/: 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 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) 52.212-1, Instructions to Offerors Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 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 Withdrawals of Bids. 52.219-6, Notice of Total Small Business Set-Aside 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) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child LaborCooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222.37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g) 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds TransferSystem for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7000, Disclosure of Information 252.204-7004 Alternate A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions This RFQ closes October 23, 2015 at 10:00 PST, Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T-6400. The point of contacts for this solicitation is Dorothy Powell at Dorothy.powell@navy.mil. Please include RFQ N66001-16-T-6400 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dca49952f3d83ca2bc828854912103bd)
 
Record
SN03937480-W 20151106/151104234538-dca49952f3d83ca2bc828854912103bd (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.