Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2017 FBO #5614
SOLICITATION NOTICE

70 -- Cisco switch and other Miscellaneous

Notice Date
4/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-T-6706
 
Response Due
4/12/2017
 
Archive Date
5/12/2017
 
Point of Contact
Point of Contact - Frederick Espiritu, Contract Specialist, 619-553-3387; Cynthia M Horriat, Contracting Officer, 619-553-3755
 
E-Mail Address
Contract Specialist
(frederick.p.espiritu@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 N66001-17-T-6706. This requirement is set-aside for small businesses, NAICS code is 334112 and the size standard is 1,250 Employees. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable. "QUOTE CISCO BRAND NAME - DO NOT SUBSTITUTE", all others Equal Specs Item 0001 1000BASE-SX SHORT WAVELENGTH PN: GLC-SX-MMD= QTY: 26 EA Item 0002 DUPLEX 12 FIB 62.5 MM PN: CCH-CP12-91 QTY: 6 EA Item 0003 49"HX24"WX24"D, 25RMU PN: GL48WS-PV QTY: 1 Item 0004 1.75'"FILLER PANEL FOR 19" MTG 1RU 1.751 PN: 1.75-FP19 QTY: 12 EA Item 0005 LC ADAPTER DUP 12FIB SM (OS2) PN: CCH-CP12A9 QTY: 1 EA Item 0006 LC ADAPTER DUP 12FIB 62.5 MM PN: CH-CP12-A8 QTY: 1 EA Item 0007 TWO RACK UNITS HOLDS FOUR CCH CONNECTOR PANELS PN: CCH-02U Qty: 1 EA Item 0008 CISCO 2911 ROUTER PN: CISCO2911/K9 QTY: 1 EA Item 0009 CISCO CATALYST 3850-24S SWITCH W/LICENSE PN: WS-C3850-24S-S QTY: 1 EA Item 0010 POWER SUPPLY FOR SWITCH PN: PWR-C1-350WAC QTY: 1 Each Item 0011 4XGIGABIT ETHERNET NETWORK MODULE COMPATIBLE WITH WS-3850-125 PN: C3850-NM-4-1G QTY: 1 EA Item 0012 1000BASE-T STANDARD SFP PN: GLC-T QTY: 2 EA Item 0013 1RU PATCHLINK HORIZONTAL CABLE MANAGER WITH DUAL HINGED COVER FRONT ONLY PN: WMPFSE QTY: 1 Each Item 0014 APC SMART UPS X 1500VA RACK/TOWER LCD 120V WITH NETWORK CARD PN: SMX1500RM2UNC QTY: 1 EA Item 0015 BLACK BOX CONNECT OM1 62.5 MICRON MULTIMODE FIBER OPT PATCH CABLE-DUPLEX, ZIPCORD, PVD SC-LC ORNAGE 2M PN: FO625-002M-SCLC QTY: 2 EA Item 0016 CORNING BUFFER TUBE FAN OUT KIT INDOOR 12F, 25-IN LEGS PN: FAN-BT25-12 QTY: 4 EA Item 0017 CORNING 24-F HYBRID TB PLENUM MIC 12-F, 62.5/125+12-F 8.3/125 3.5/1.0 % 1.0/75B/K PN: 024X88-A9036-29 QTY: 250 FT Item 0018 3M HOT MELT JACKETED LC/DUPLEX CONNECTOR, MM 900MM PN: 6601-D QTY: 8 EA Item 0019 BLACK BOX CONNECT OM1 62.5 MICRON MM FIBER OPTIC CABLE, DUPLEX, SIPCORD, PVC, LC-LC, ORANGE,2M PN: FO625-002M-LCLS QTY: 2 EA Item 0020 CAT6 400MHZ SHIELDED SOLID BACKBONE CABLE (FTP), PLENUM, RED 5-FT (1.5-M) PN: EVNSL0273RD-0005 QTY: 3 EA Item 0021 2M SC-LC 62.5 MIC MM PVC RED FIBER OPTIC CABLE PN: FOCMR62-002M-SCLC-RD QTY: 20 EA Item 0022 BREAKOUT FIBER OPTIC CABLE4 STRAND, MULTIMODE, 62.5/125 OM1, INDOOR/OUTDOOR PLENUM PN: BX00KWL9OP QTY: 1000FT Item 0023 5-M SC-SC 62.5 MICRON OM1, MULTIMODE PVC, RED FIBER OPTIC CABLE PN: FOCMR62-005M-SCSC-RD QTY: 20 EA Item 0024 LABELS, BROTHER P-TOUCH 0.75" BLACK ON WHITE 12MM PN: TZ231 QTY: 1 EA Item 0025 LABEL 1/2" GRY COLOR CODE DOT LABELS, PERMANENT ADHESIVE 0.5IN, 1000 STICKERS/DISPENSER BX PN: ACAL02277 QTY: 1 EA Item 0026 LABE1/2"DARK BLUE COLOR-CODE DOT LABELS, PERMANENT ADHESIVE 0.5IN, 1000 STICKERS/DISPENSER BOX PN: ACAL02283 QTY: 1 EA Item 0027 LABEL BRADY SELF LAMINATING VINYL, 2.0" X 1.5"h, 100/ROLL PN: PTL-107-427 QTY: 2 EA Item 0028 PRINTER RIBBON BLACK R4310 SERIES TLS22000 AND TLS-PC LINK PN: R4310 QTY: 1 EA Item 0029 GROUNDING LABEL KIT, TEN PRINTED TAGS (2.75" X 1.38") AND TEN FLAME RETARDTANT CABLE TIES PN: LTYK QTY: 2 EA Item 0030 J-HOOK NYLON WALL MOUNT BLACK PN: JP131W-L20 QTY: 2 BX Item 0031 J-HOOK NYLON CLIP FOR USE WITH #12 WIRE AND THREADED ROD 50/BX PN: JP131DW-L20 QTY: 2 BX Item 0032 CAGE NUTS SCERWS, MOUNTING HARDWARE WITH #12-24X1/2" SCREWS, 50/PK PN: HDW-107-50 QTY: 2 EA Item 0033 COPPER BUS BAR FOR 19" RACK MOUNTING (ISOLATED) PN: CBB-19 QTY: 1 EA 5tem 0034 SCREWS ASSORTED 85 PCS/KT PN: 0161605 QTY: 2 EA Item 0035 DROP CEILING/ENTRANCE END FITTING FOR USE WITH LD3, OFF WHITE, LOW VOLTAGE PN: DCF3IW-X QTY: 10 EA Item 0036 RACEWAY ONE (1)PC LATCHING SURFACE RACEWAY, OFF WHITE, PVC, 10-FT LENGTH PN: LD3IW10-A QTY: 10 EA Item 0037 SINGLE GANG ONE (1) PIECE DEEP OUTLT BOX WITH ADHESIVE BACKING, 5.23"LX3.48"WX2.75"H PN: JB1DAW-A QTY: 10 EA Item 0038 SINGLE GANG PLASTIC FACEPLATE FOR TWO COUPLERS PN: CT4-FP-02 QTY: 10 EA Item 0039 ANGLED COUPLER W/1 DUPLEX SC ADAPTER (2 FIBERS) PN: CT-A-SC-C-02 QTY: 20 EA Item 0040 SELF-GRIPPING CABLE TIES 100/PK PN: 91140 QTY: 2 EA Item 0041 FAN ASSEMBLY TWO 75 CFM FANS PN: 7217WS QTY: 1 EA Item 0042 TELCOMMUNICATION GROUNDING BUSBAR, 1/4"X2"X12" AND HARDWARE KIT PN: SBTGBK QTY: 1 EA Item 0043 POWER STRIP 6 POSITION 19" PN: 7219 QTY: 1 EA Item 0044 GROUNDING KIT ONE (1) 46"L AND FIVE (5) 24"L WIRE ASSEMBLIES AND HARDWARE PN: GR101 QTY: 1 EA Item 0045 CONNTEK LOCKING ADAPTER WITH 30A 125V MALE PLUG TO 15/20A STRAIGHT BLADE FEMALE CONNECTOR PN: B01N765C3E QTY: 1 EA Item 0046 RECEPTACLE W/SAFETY GRIP PN: L530R QTY: 22 EA Item 0047 1GANG 1 POWER OUTLET WALLPLATE STAINLESS STEEL PN: SL720CC10 QTY: 1 EA Item 0048 SINGLE GANG HANDY BOX 2"X4"X1/7/8" DEEP WITH 3/4" KO PN: N/A QTY: 1 EA Item 0049 CINCH STRAP W/BUCKET & GROMMET PN:CM-06 QTY: 5 EA Item 0050 WRAP STRIP FIRE BARRIER 3M FS-195 PN: FS-195 QTY: 3 EA Item 0051 FIBER OPTIC FIRST TIME CLEANING KIT PN: CCK-4 QTY: 1 EA Item 0052 UNIVERSAL FIBER OPTIC END FACE CLEANING KIT WITH FERRULEMATE PN: CFK1302 QTY: 1 EA Item 0053 IBC BRAND CLEANER LC FIBER OPTIC 1.25MM CONNECTORS PN: 9393 QTY: 1 EA Item 0054 IBC BRAND CLEANER SC FIBER OPTIC 2.5MM CONNECTORS PN: 9392 QTY: 1 EA U I D over $5K - IUID DFARS 252.211-7003 MIL-std-130N Note : IUID labels are required on all equipment with a unit cost of $5000 or more per DFARS 252-211-7003, Item Unique Identification & Valuation. If there is a cost for the IUID label, please list it as a separate line item. 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. " Note: "Vendor must provide at time of submission of quote their authorized Cisco distributor information (POC, phone number) and/or any documentation supporting that the items are actually coming from that distributor, 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." Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Active CAGE Code c. Business size/ NAICS code d. Terms of payment: Net 30days e. Request delivery date: Availability of items after receipt of order ARO f. RFQ Number: N66001-17-T-6706 g. Preferred method of shipping: FOB Destination h. Point of contact information and shipping info - lead time. Ship to Address: N66121 Spawar Systems Center, Officer in Charge Bldg 57, Ammon Avenue Barrigada, Guam 96913 Code HWPG2 Attn: Ely Mantanona This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Solicitation Provisions Incorporated by Reference, and 52.252-2, Clauses Incorporated by Reference, all provisions and clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following are FAR and DFARS provisions, incorporated by reference, apply to this solicitation: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As registered in SAM); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.225-7000, Buy American--Balance of Payments Program Certificate; 252.225-7020, Trade Agreement Certificate; 252.239-7009, Representation of Use of Cloud Computing; 252.239-7017, Notice of Supply Chain Risk; and, 252.247-7022, Representation of Extent of Transportation by Sea. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, 52.204-18, Commercial and Government Entity Code Maintenance; 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 (Tailored at Award); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.o.b. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K); 252.211-7008, Use of Government-Assigned Serial Numbers; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7021, Trade Agreements; 252.225-7036, Buy AmericanFree Trade Agreements--Balance of Payments; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services 252.239-7018 Supply Chain Risk; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; and, 252.247-7022, Representation of Extent of Transportation by Sea. (End of provision) This RFQ closes 12 Apr 2016 at 10:00 am, Pacific Standard Time (PST). The point of contact for this solicitation is Fred Espiritu at Frederick.p.espiritu@navy.mil. Please include RFQ N66001-17-T-6706 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/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52694f0a7bfb873231f83ba76a74b6c9)
 
Record
SN04460889-W 20170407/170405234938-52694f0a7bfb873231f83ba76a74b6c9 (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.