Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
MODIFICATION

58 -- Brand Name Procurement: Cisco Routers and Ethernet Switch Module

Notice Date
8/30/2017
 
Notice Type
Modification/Amendment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-T-0226
 
Response Due
9/1/2017
 
Archive Date
10/1/2017
 
Point of Contact
Point of Contact - Jessica Matias, Contract Specialist, 619-553-4349; Jacob Ward, Contracting Officer, 619-553-9046
 
E-Mail Address
Contract Specialist
(jessica.matias@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 02 - Effective 08/30/2017 - The purpose of this amendment is to update the requirements for the subject procurement. Note on subject attachment: (1) CLIN 0011 is no longer a requirement (2) The quantity for CLIN 0010 has been updated. See attachment entitled "N66001-17-T-0226 Revised 30 August 2017" ********************************************************************* Amendment 01 Effective 08/21/2017 The purpose of this amendment is to include FOB Destination: Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: SPAWAR System Center Pacific Receiving Officer 4297 Pacific Highway BLDG OT7 San Diego, CA 92110 ********************************************************************* This is a SSC Pacific 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. Competitive quotes are being requested under Request for Quote (RFQ) #N66001-17-T- 0226. This requirement is set-aside for small business, NAICS code is 334210 and with a size standard of 1,250 employees. This procurement is a Total Small Business Set- Aside. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed in the attachment. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract lines are "Brand name, Do Not Substitute". Please see attachment for list of requirements. To be considered for award, the offeror certifies that the product 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 U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). 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 U.S., or that the product is in some manner not TAA compliant." Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This RFQ closes 01 September 2017 0800 Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/SimplifiedAcquisitions/N66001-17-T-0226. The point of contact for this solicitation is Jessica Matias at Jessica.Matias@navy.mil Please include RFQ N66001-17-T-0226 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. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 (01/13/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20161222 (01/03/2017). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 52.207-4 Economic Purchase QuantitySupplies 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6 Brand Name or Equal 52.212-1 Instructions to OfferorsCommercial Items 52.212-2 EvaluationCommercial Items 52.212-3 Offeror Representations and CertificationsCommercial Items--Alternate I 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 252.239-7017 Notice of Supply Chain Risk The following clauses apply to this acquisition: 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.212-4 Contract Terms and ConditionsCommercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child LaborCooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds TransferSystem for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.225-7021 Trade Agreements--Basic 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.239-7018 Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9fe19ff72abfb01bb6c5c3bc916cfc4a)
 
Record
SN04655056-W 20170901/170830232918-9fe19ff72abfb01bb6c5c3bc916cfc4a (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.