Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOLICITATION NOTICE

70 -- Cisco Brand Network Hardware For USS COMSTOCK (LSD-45) - Material Specifications List - Justification for Brand Name

Notice Date
5/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
 
ZIP Code
92136
 
Solicitation Number
N55236-17-Q-0056
 
Archive Date
6/8/2017
 
Point of Contact
Michael E. Nwagbuo, Phone: 619-556-4707, Cynthia Y. Urias, Phone: 6195561336
 
E-Mail Address
michael.e.nwagbuo@navy.mil, cynthia.urias@navy.mil
(michael.e.nwagbuo@navy.mil, cynthia.urias@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification for Brand Name Materials List This is a combined synopsis/solicitation for commercial item 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. The Request for Quotation (RFQ) N55236-17-Q-0056 is issued as a total small business set-aside. The applicable North American Industry Classification System (NAICS) code is 334112 "Computer Storage Device Manufacturing." This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2005-89-1 (Effective 15 August 2016). Vendor must be an authorized CISCO dealer. DESCRIPTION : The requirement is for a firm-fixed-price (FFP) order; Contract Line Item No. (CLIN) 0001 is for the procurement and delivery of ten (10) each, CISCO Catalyst 3850 Network Module; three (3) each, CISCO 4 Port Ethernet interface; ten (10) each, CISCO Catalyst 29605 Ethernet Switch; sixty-five (65) each, CISCO Small Form-Factor Pluggable Gigabit Interface Converter; three (3) each, CISCO Catalyst 385024 Port Services Switch; three (3) each, CISCO SEC/K9 Router; twenty (20) each, CISCO 1000BASE-T Small Form-Factor Pluggable Gigabit Interface Converter; ten (10) each, CISCO Catalyst 3850 48 Port Full POE LAN Base Switch; three (3) each, CISCO US Export Compliance License; and three (3) each, CISCO 350W Maximum Output Power Supply. All material is in support of the Barge Class Team at Naval Base San Diego. The required delivery date is 30 days ARO. Refer to Attachment (1) for the entire Material List. PACKAGING REQUIREMENTS : Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS : Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government. The following factors shall be used to evaluate offers: (i) Technical capability of the item quoted to meet the Government requirement (ii) Price Technical capability will be evaluated on a pass/fail basis. An offer that is considered technically unacceptable shall be ineligible for award. The lowest priced offer that is determined to be technically acceptable shall be selected for award. The total evaluated price will be the sum of all Exhibit Line Item Numbers (ELIN). APPLICABLE PROVISIONS AND CLAUSES : Offers received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-3. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. Offerors who have completed SAM should notify the Contract Specialist before solicitation's closing date and time so it can be downloaded by the Procuring Contracting Office. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: •• 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) •• 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) •• 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) •• 52.212-1 Instructions to Offerors Commercial Items (Apr 2014) •• 52.212-3 Offeror Representations and Certifications- Commercial Items (Dec 2014) •• 52.212-4 Contract Terms and Conditions Commercial Items (Dec 2014) •• 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) •• 52.222-3 Convict Labor (Jun 2003) •• 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2014) •• 52.222-21 Prohibition of Segregated Facilities (Feb 1999) •• 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) •• 52.222-50 Combating Trafficking in Persons (Mar 2015) •• 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) •• 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) •• 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) •• 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) •• 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) •• 52.233-3 Protest After Award (AUG 1996) •• 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) •• 52.242-17 Government Delay of Work (Apr 1984) •• 52.247-34 F.O.B. Destination (Nov 1991) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: •• 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015). 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Dec 2015) 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.225-7001 Buy American Act and Balance of Payments Program (Nov 2014) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7010 Levies on Contract Payment (Dec 2006) (Jun 2012) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) The following RMC clause applies to this acquisition and is incorporated by full text: RMC G-2-0052 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. WARRANTY : The offerors commercial warranty shall apply and shall be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. DEADLINE FOR REQUESTS FOR INFORMATION: All questions regarding this requirement shall be submitted electronically to Michael Nwagbuo, email : michael.e.nwagbuo @navy.mil or Cynthia Urias, e-mail : cynthia.urias @navy.mil no later than 22 MAY 2017 at 11:00 am Pacific Standard Time to allow adequate time to prepare a response. All offers, together with the offeror's signed amendment(s), if applicable, must be submitted to the following address: E-mailed to: Michael Nwagbuo michael.e.nwagbuo @navy.mil and alternate POC Cynthia Urias cynthia.urias@navy.mil phone 619-556-1336 or Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Michael Nwagbuo, 3755 Brinser Street, Bldg. 77, Rm. 108, San Diego, CA 92136-5025. Offerors shall ensure their quotes reach their destination by 24 MAY 2017 at 11:00am Pacific Standard Time. Offers submitted via facsimile or through the Government web-site www.fbo.gov will not be accepted. All offers must be clearly marked with RFQ No. N55236-17-Q-0056. Quoters shall ensure quotes include the total amount for the entire period of performance. No telephone calls of offers will be accepted. Potential offerors must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to the FBO website. Offerors shall sign and submit amendment(s) with their offer before the closing date and time. SWRMC Primary POC: Michael Nwagbuo, email: michael.e.nwagbuo@navy.mil, phone 619-556-4707. Alternate POC: Cynthia Urias, email: cynthia.urias@navy.mil phone 619-556-1336
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-17-Q-0056/listing.html)
 
Place of Performance
Address: Naval Base San Diego, 3755 Brinser Street, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN04503404-W 20170512/170510235337-891fda5076c75924729df3264da1f28f (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.