Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
MODIFICATION

59 -- Cisco 48-port switches and Integrated Services Routers (ISR)

Notice Date
7/27/2017
 
Notice Type
Modification/Amendment
 
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-2780
 
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
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 N66604­17­Q­2780. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm-fixed price purchase order brand name specification for CISCO Catalyst 48-port gigabit switches, Part # WS-C3650-48TD-S and CISCO 4321/K9 Integrated Services Routers (ISR), Part# ISR4321/K9. The basis for the brand name is to support the development of a common architecture for the signal processing equipment of networking equipment for the data received from the in-water sensors. See Brand Name Justification (Attachment #1). Requirement: BRAND NAME ONLY­NO SUBSTITUTIONS. CLIN 0001 - QUANTITY 10 EACH, CISCO Catalyst 48-port gigabit switches, Part # WS-C3650-48TD-S CLIN 0002 - QUANTITY 10 EACH, CISCO 4321/K9 Integrated Services Routers (ISR), Part# ISR4321/K9 CLIN 0003 -Option 1, QUANTITY 5 EACH, CISCO Catalyst 48-port gigabit switches, Part # WS-C3650-48TD-S (may be exercised within 60 days of award) CLIN 0004 -Option 2, QUANTITY 3 EACH, CISCO Catalyst 48-port gigabit switches, Part # WS-C3650-48TD-S (may be exercised within 60 days of award) Delivery shall be 30 days after date receipt of order or exercised option, F.O.B. Destination, Naval Station Newport, RI 02841. Only CISCO partners and/or authorized resellers will be considered for award. Equipment must be new, not refurbished, and in original CISCO packaging, "Vendor certifies it is a Cisco Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing. Unless otherwise specified, vendor shall warrant that the products are new and in their original box. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005­95. The provision at FAR 52.212­1 Instructions to Offerors­Commercial Items applies to this solicitation. The provision of FAR 52.212­3 Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses FAR 52.212­4, Contract Terms and Conditions­­Commercial Items and 52.212­5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders­­Commercial 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 DO­C9 Section 508: The following EIT Accessibility Standards apply: 508 Compliant ID # 1086. 36 C.F.R. § 1194.21 - Software Applications and Operating Systems 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). FAR 52.217-5, Evaluation of Options FAR 52.217-7, Option for Increased Quantity - Separately Priced Line Items DFARS 252.211-7003 Item Identification and Valuation applies for all items which are anticipated to have a unit cost of $5,000 or more. 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. This procurement is 100% Small Business Set­Aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 334111. The Small Business Size Standard is 1250 employees. The Product Service Code (PSC) is 5963. 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. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. In order to determine technically acceptable: (1) the vendor must provide the items required by this solicitation, no substitutions allowed, as specified in the CLINs above, and in the required quantities; (2) the vendor must provide CISCO partnership level documentation and certify that the products are new and in their original box ; and (3) the Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS may render a quote being deemed technically acceptable. Failure to propose all the required items will render your quote ineligible for award. Quotes shall include price, delivery terms, and the following additional information with submissions: - CLIN Unit and Total Prices (including shipping costs) - Delivery date/terms ­- Point of contact (including phone number and email address) ­- Contractor CAGE Code - Documentation that identifies it is an authorized reseller and products are in original CISCO packaging. All timely offers will be considered. Quotes must be submitted via email to karen.sampson@navy.mil no later than 2:00 p.m. (EST) on 08 August 2017. 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-2780/listing.html)
 
Record
SN04602159-W 20170729/170727233641-6e359fb269cdf94390278fea2bf2afe5 (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.