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 -- Cisco Routers, WAN Optimizer, and VoIP - BNS

Notice Date
5/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer 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-1991
 
Archive Date
5/27/2017
 
Point of Contact
Teresa M. Michael, Phone: 4018325434
 
E-Mail Address
teresa.michael@navy.mil
(teresa.michael@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Specification 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 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. This solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)&(h). Request For Quotation (RFQ) number is N66604-17-Q-1991. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price contract on a Brand Name basis, no substitutions allowed, as specified in the attached Brand Name Specification. F.O.B. Destination Naval Undersea Warfare Center Division: Newport, RI 02841. Delivery: 30 Days ARO The North American Industry Classification Systems (NAICS) code for this requirement is 334111. The Small Business Size Standard is 1,250 employees. This action is being processed as a 100% small business set-aside restricted to Select, Premier, or Gold Certified CISCO Partners. The NUWCDIVNPT Office for Small Business Programs concurs with the determination. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 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 apply to this solicitation. In accordance with DFARS Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the items as detailed in the Brand Name Specification, attached, (no substitutions allowed) in the quantities specified. In order to be determined technically acceptable: (1) the offeror must quote the items specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. In order to be considered for award, the vendor must either be a Select, Premier, or Gold Certified CISCO Partner. All vendors are required to submit documentation with their offer that identifies CISCO Partnership level. Vendor CISCO Partner status will be verified by the Government with CISCO Brand Protection prior to award. Vendors certify that they are a CISCO Authorized Channel as of the quote submission date, and that they have the certification/specialization level required by CISCO to support both the product sale and product pricing, in accordance with applicable CISCO certification/specialization requirements. The vendor shall warrant that all products are new and in the original CISCO packaging. The vendor confirms to have sourced all CISCO products provided under this contract directly from CISCO or through CISCO authorized channels only, in accordance with all applicable laws and CISCO current applicable policies at the time of purchase. If software is provided or included, vendors shall, upon request, provide a copy of the End User License Agreement. The vendor shall provide required End User (Government) information to CISCO so that warranty and service contract information can transfer to the appropriate party. Vendor shall certify prior to award that all CISCO hardware/software to be delivered shall be licensed originally to authorized buyers. Prior to payment authorization, the Government intends to confirm with CISCO Brand Protection that all CISCO hardware/software provided under this contract has been sourced through authorized channels only and that all warranties are transferrable to the Government. If the Contractor does not deliver 1 st tier hardware/software, the Government need not accept delivery. If after award the hardware/software delivered are determined not to be 1 st tier, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess reprocurement costs. Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Section 508: The following EIT Accessibility Standards apply: 36 C.F.R. § 1194.21- Software Applications and Operating Systems 36 C.F.R. § 1194.22-Web-Based and Internet Information and Applications 36 C.F.R. § 1194.23-Telecommunicatins Products 36 C.F.R. § 1194.25- Self Contained, Closed Products 36 C.F.R. § 1194.31- Functional Performance Criteria 36 C.F.R. § 1194.41- Information, Documentation, and Support The Contractor shall furnish items or services provided under this contract that comply with the EIT Accessibility Standards (36 C.F.R. § 1194). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Payment will be via wide area workflow (WAWF). Offerors shall include price and the following additional information with submissions: Point of contact (including phone number and email address), Contractor cage code, Contractor DUNs number. Offers must be received on or before 12 May 2017 at 4:00 p.m. Eastern Time (ET). Offers received after this date and time are late and will not be considered for award. Offers shall be submitted via electronic submission to Teresa Michael at teresa.michael@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-1991/listing.html)
 
Record
SN04500024-W 20170510/170508234916-67194367e7214e5267d0e4f596ba988d (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.