Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
SOLICITATION NOTICE

59 -- Cisco Ethernet Switches - Brand Name Justification

Notice Date
11/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-17-Q-0075
 
Point of Contact
Karen L. Sampson, Phone: 401-832-4343
 
E-Mail Address
karen.sampson@navy.mil
(karen.sampson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #1 Brand Name Justification PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 Request for Quotation (RFQ) number is N66604-17-Q-0075. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm-Fixed Price Basis, Cisco switches for the AN/SQQ-89A(V)15 TI-12+ system detailed below. This requirement is for brand name items, see attached Brand Name Specification Justification (Attachment 1), which is based Government approved Design Control Documents (DCD). Delivery shall be 30 days after date of order. F.O.B. Destination, Naval Station Newport, RI 02841. BRAND NAME ONLY-NO SUBSTITUTIONS. REQUIREMENT: CLIN 0001 - Cisco NRP SWITCH,ENET 1RU- SWITCH, ENET, 24 PORT WITH IP SERVICES, Part#WS-C3750X-24S-E, QTY: 2 Ea CLIN 0002 - Cisco NRP,ETHERNET SWITCH-SWITCH, ENET, 24 PORT WITH IP SERVICES, Part#WS-C3750X-24T-E, QTY: 2 Ea CLIN 0003 - Cisco NRP,ETHERNET SWITCH- SWITCH ETHERNET 24 PORT 3750-X (WITHOUT IP SERVICES), Part#WS-C3750X-24T-S, QTY: 2 Ea CLIN 0004 - Cisco NRP,ETHERNET SWITCH-SWITCH, ENET, 48 PORT WITH IP SERVICES, Part#WS-C3750X-48T-E, QTY: 2 Ea Approved DCD's exists for each of the parts being procured. The DCDs define specifications and indicate approved sources of supply for each functional part number. As items procured for the SSUSW Lab may be required for future shipboard use, no substitutions are allowable as these items must match the existing fielded shipboard systems. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The provision of FAR 52.212-3 Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9 The requirements in FAR 39.203, Applicability, do not apply to Electronic and Information Technology (EIT) as such this requirement is for a national security system. Payment will be through Wide Area Workflow (WAWF) see DFAR Clause 252.232-7006, Wide Area Work Flow Payment Instructions. Vendors must be registered in the System for Award Management (SAM) prior to award. Registration information can be found at www.sam.gov. The vendor must be an authorized CISCO reseller. All vendors are required to submit documentation with their quote that identifies it is a CISCO authorized reseller. This procurement is Unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 335313. The Small Business Size Standard is 1250 employees. The Product Service Code (PSC) is 5930. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted meet the Brand Name specifications listed above and can meet the required delivery date of 30 days from date of purchase order, FOB Destination- Newport, RI. The Government may consider past performance information. Failure to propose all the required items will render your quote ineligible for award. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), All timely offers will be considered. Offers must be submitted via email to karen.sampson@navy.mil no later than 2:00 p.m. (EST) on 17 November 2016. For information on this acquisition, contact Karen Sampson at karen.sampson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0075/listing.html)
 
Place of Performance
Address: Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN04322351-W 20161109/161107234642-069056e339d63563333a65b51d094366 (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.