Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOURCES SOUGHT

70 -- Cisco VTC Codec Hardware VTC Network Equipment

Notice Date
8/14/2018
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-18-T-0124
 
Archive Date
8/21/2018
 
Point of Contact
Susana Dryer,
 
E-Mail Address
susana.dryer@navy.mil
(susana.dryer@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Cisco VTC Codec Hardware VTC Network Equipment. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541511. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] P/N: CTS-SX10N-K9 SX10; HD w/ wall mount, int 5x cam, mic and power supply; (QTY 2) Part number CTS-SX10N-K9 SX10 is an as-configured-item in that the following items are sub items to part number CTS-SX10N-K9 SX10: Part number PWR-CORD-US-A: Power Cord US 1.8m Black YP-12 To YC-12 (QTY 2); Part number LIC-CE-CRYPTO-K9: License key to activate sw encryption module (QTY 2); Part number CTS-RMT-TRC6: Remote Control TRC 6 (QTY 2); Part number CAB-2HDMI-2M: HDMI-HDMI cab, 2m auto expand (QTY 2); Part number BRKT-SX10-WMK: SX10 Wall Mount (QTY 2); Part number PWR-SX10-AC+: Power supply for SX10 (QTY 2); Part number SW-S52030-CE9-K9: SW Image for SX10 (QTY 2); Part number CAB-ETH-5M: Ethernet cable (5m) for auto expand (QTY 2); Part number CTS-SX10NCODEC: SX10 Codec (QTY 2); Part number CS-KIT-K9: Room Kit with integrated microphone, speakers and Touch 10 (QTY 2); Part number PWR-CORD-USA-B : Power Cord for United States of America 2m 10A (QTY 4); Part number CTS-MIC-TABL20: Cisco Telepresence Table Microphone 20 (QTY 4); Part number CAB-MIC-T20EXT: Table Mic20 extension cable, grey (33ft/10m) (QTY 4); Part number CS-KIT-S-UNIT+: Spark Room Kit unit (QTY 2); Part number CS-TOUCH10+: Cisco Touch10 controller for collaboration endpoints (QTY 2); Part number CAB-2HDMI-1.5M-GR-: Second screen - 1.5m GREY HDMI 2.0 (QTY 2); Part number CAB-ETH-5M-GR-: CAB (16,4 feet / 5m) GREY ETHERNET (QTY 4); Part number CAB-DV10-8M-: 8-meter flat grey Ethernet cable for Touch 10 (QTY 2); Part number PSU-12VDC-70W-GR-: Power supply - AC/DC, 12V, 6.25A, grey (QTY 2); Part number CS-KIT-WMK-: Wall Mount for Cisco Spark Kit (QTY 2); Part number CS-KIT-SMK-: Screen Mount for Cisco Spark Kit (QTY 2); Part number CS-POE-INJ-: Touch PoE power injector (QTY 2); Part number CS-KITPLUS-K9: Room Kit Plus w/Codec Plus, Quad Camera and Touch 10. (QTY 2); Part number PWR-CORD-USA-B: Power Cord for United States of America 2m 10A (QTY 4); Part number CS-KITPLUS-WMK: Wall Mount Kit for Codec Plus (QTY 2); Part number CS-QUADCAM+: Cisco Quad Camera (QTY 2); Part number CS-TOUCH10+: Cisco Touch10 controller for collaboration endpoints (QTY 2); Part number PSU-12VDC-70W-GR+: Power supply - AC/DC, 12V, 6.25A, grey (QTY 4); Part number BRKT-QCAM-WMK-: Wall mounting bracket for Quad Camera (QTY 2); Part number CAB-DV10-8M+: Network cable (Ethernet) 8 meter (QTY 2); Part number CS-CODEC-PLUS+: Spark Room Kit Codec Plus for Auto Expand (QTY 2); Part number WS-C3850-24P-L: Cisco Catalyst 3850 24 Port PoE LAN Base (QTY 2); Part number S3850UK9-163: UNIVERSAL (QTY 2); Part number PWR-C1-715WAC/2: 715W AC Config 1 Secondary Power Supply (QTY 2); Part number C3850-NM-4-1G: Cisco Catalyst 3850 4 x 1GE Network Module (QTY 2); Part number CAB-TA-NA: North America AC Type A Power Cable (QTY 4); Part number STACK-T1-50CM: 50CM Type 1 Stacking Cable (QTY 2); Part number CAB-SPWR-30CM: Catalyst Stack Power Cable 30 CM (QTY 2); Part number PWR-C1-715WAC: 715W AC Config 1 Power Supply (QTY 2); Part number GLC-SX-MMD=: 1000BASE-SX SFP transceiver module, MMF, 850nm, DOM (QTY 4). The Government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by August 20, 2018 at 1:00 PM (PST). All responses under this Sources Sought Notice must be emailed to susana.dryer@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-18-T-0124/listing.html)
 
Place of Performance
Address: NSWC, Port Hueneme, California, 93041, United States
Zip Code: 93041
 
Record
SN05036014-W 20180816/180814231220-73182b8127d3c5135c1e592a43a62db2 (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.