Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOLICITATION NOTICE

70 -- The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL has a requirement to procure Cisco Routers and Switches IAW Attachment 1. These Cisco Routers and Switches will provide s

Notice Date
5/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134017R0070
 
Response Due
5/15/2017
 
Archive Date
5/15/2018
 
Point of Contact
Brandon Haas 407-380-8236 Brandon Haas
 
E-Mail Address
Air
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Reference solicitation N61340-17-R-0070 is issued as a request for proposal (RFP) and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to Federal Acquisition Circular 2005-95. This procurement is being solicited as a Small Business-Set aside with an associated North American Industrial Classification System (NAICS) code of 334118 with a size standard of 1,000 Employees. It is anticipated that this award will be made on a Firm Fixed Price (FFP) contract. The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL has a requirement to procure Cisco Routers and Switches IAW Attachment 1. These Cisco Routers and Switches will provide secure high-performance network connectivity. These devices are for a highly secure network that requires a specific secure configuration to protect the sensitive data on the network. Other manufactures routers and switches will not allow for the same configuration. Pricing shall include all cost related to this requirement including shipping. Shipping shall not be priced separately. For a full description of the required items, specifications, and quantities, please see Attachment 1, Cisco Requirements Document. Delivery shall be made no later than four (4) weeks after contract award to the below Ship To location. Ship To: Naval Air Warfare Center Training Systems Division (NAWCTSD) 12211 Science Drive, Orlando, FL 32826-3224, Attn: Robert Burch. Delivery shall be F.O.B. Destination in accordance with FAR 52.247-34. To be eligible for award the successful offeror must be properly registered in the Government s System for Award Management (SAM). Companies may register at: https://www.sam.gov The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial items, applies to this acquisition. Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded for Fiscal Year 2017. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the Offeror meeting the specifications and delivery date requirement of this combined synopsis/solicitation. Offerors shall complete a copy of the provision at FAR 52.212-3 and submit the completed copy with its quote. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items applies. The following clauses within 52.212-5 also apply: -52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)) -52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) -52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) -52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)) -52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) -52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509) -52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009) -52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) -52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.233-1, Disputes FAR 52.247-34, F.O.B. Destination FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003, Agency office of the Inspector General DFARS 252.204-0001, Line Item Specific: Single Funding DFARS 252.204-7003, Control Of Government Personnel Work Product DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.211-7003, Item Identification and Valuation DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. Quotes are due no later than May 15th 2017 at 13:00. Quotes will only be accepted by e-mail to Brandon.haas@navy.mil. Responses must include at least the Quote number; name, address and telephone number of Offeror; warranty information; discount terms, estimated delivery date; business size (socioeconomic business type if any); CAGE code; and TAX ID number. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Brandon Haas, Contract Specialist, Tel: 407-380-8236, or David Kors, Contracting Officer, Tel: 407-380-4299
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017R0070/listing.html)
 
Place of Performance
Address: 12211 Science Drive, Orlando, FL
Zip Code: 32826
 
Record
SN04499472-W 20170510/170508234427-b8850f5a86ddaa24e86482fdc915428f (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.