Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

70 -- QTY 32 EA Cisco Systems, Inc. Cisco Catalyst 3650-48PS-E Switch

Notice Date
7/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024416T0148
 
Response Due
7/28/2016
 
Archive Date
9/30/2016
 
Point of Contact
ISABELITO M. CABANA 619-556-6834
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 and FAR 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is N00244-16-T-0148 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 14 Jul 2016. Solicitation is 100% Small Business Set-Aside and the associated NAICS code is 334112 and small business size standard is 1,000. Requirement as follows: CLIN 0001 QTY 32 EA Cisco Systems, Inc. Cisco Catalyst 3650-48PS-E Switch “ L3 “ managed “ 48 x 10/100/1000 (PoE+) + 4 x SFP “ desktop, rack-mountable “ PoE+ (01468WSC365048PSE); P/N WSC365048PSE Delivery: 30 days After Receipt of Order (ARO); FOB Destination “ San Diego, CA 92147 The FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the government requirement; (ii) Past performance; and (iii) Price Technical and past performance, when combined, are approximately equal to price. Offerors proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. A œwill comply statement without accompanying technical specifications and/or drawings of product being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and may be removed from further competition. See paragraph (b) below. Only those Offers that are rated acceptable in Factor (i) will be further evaluated under Factors (ii), and (iii). Contract will be awarded to the offeror who is found acceptable in Factors (i) and (ii) and is the lowest price offer. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (b) Technical capability of the item offered to meet the government requirement. This factor has three sub-factors as follows: 1)Offeror is an authorized Cisco products distributors 2)Technical specification of proposed item 3)Delivery Schedule Sub-factor 1): Offeror shall provide proof of Cisco Systems authorized distributorship. Sub-factor 2): This is a brand-name sole source procurement (J and A attached iaw FAR 13.501) and offer must be exact match of requirement to receive a rating of acceptable. Sub-factor 3): Offer must indicate delivery schedule ARO; must meet requirement to receive rating of acceptable. However, it is in the discretion of the Contracting Officer to decide whether to accept as acceptable proposed later delivery schedule. ALL three sub-factors must be rated acceptable to receive a rating of acceptable in Factor (i). (c) Offerors PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. Offers that lack relevant past performance history, will receive a neutral rating under this factor. The Contracting Officer will evaluate Offerors PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. Neutral rating will be rated as acceptable. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offerors past performance. Satisfactory rating will be rated as acceptable. UNSATISFACTORY: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offerors past performance. Unsatisfactory rating will be rated unacceptable. (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offerors are advised to include a completed copy of the provision at FAR 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items, with its offer. Other applicable FAR clauses and provisions: 52.203-3Gratuities 52.204-7System for Award Management 52.212-5Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items to include: 52.203-6 Alt1, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.223-18, 52.225-13, 52.232-33, and 52.239-1 52.232-18Availability of Funds 52.247-34F.o.b. “ Destination. 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference Applicable DFARS clauses and provisions: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt AAlternate A, System for Award Management 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003Item Unique Identification and Valuation 252.223-7008Prohibition of Hexavalent Chromium 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area Work Flow Payment Instructions 252.232-7010Levies on Contract Payments 252.243-7002Requests for Equitable Adjustment 252.247-7023Transportation of Supplies by Sea Submit offer to Contract Specialist Mr. Isabelito M. Cabana via email Isabelito.Cabana@navy.mil with entry in subject line œRFQ N00244-16-T-0148 CISCO SWITCH no later than 4 pm PST 28 July 2016. Offers that are received after this time and date will not be included in the competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416T0148/listing.html)
 
Record
SN04193084-W 20160724/160722234509-e916200deb15dbe7d49147695c4a60ae (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.