Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2022 SAM #7541
SOLICITATION NOTICE

70 -- SWITCHES

Notice Date
7/22/2022 11:54:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017422SIMACQ100121
 
Response Due
7/26/2022 9:00:00 AM
 
Archive Date
08/10/2022
 
Point of Contact
CHRISTINA E SIMPSON, Phone: 3017446627
 
E-Mail Address
CHRISTINA.E.SIMPSON@NAVY.MIL
(CHRISTINA.E.SIMPSON@NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for non-commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures in accordance for purchases not exceeding the simplified acquisition threshold of $250,000 for: SWITCHES. This solicitation will be competed as Small Business Set-Aside. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N00174-22-SIMACQ-10-0121. The NAICS code is 541710 and the business size standard is 1,000. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will not be responsible for any costs incurred by responding to this notice. Evaluation Factors Price � Quotes must include all applicable costs (include shipping cost & �total� of all fees). Technical � Quotes must reflect the required specifications included in the SOW. Technical Drawings: (Only if, applicable to the requirement) Quote packages are due by 26 JULY 2022 12:00 PM EST. Late quotes will not be considered. Quote packages shall be sent to christina.e.simpson@navy.mil, and contain a cover sheet that provides the following information: 1. Official Company Name; 2. Point of contact including name and phone number; and 3. DUNS number and Cage Code; 4.� You MUST be registered in SAMs; 5.� You must have access to Wide Area Work Flow (WAWF) for payment invoicing. The Points of Contact for this acquisition is christina.e.simpson@navy.mil STATEMENT OF WORK: *******SEE ATTACHMENT FOR ITEMS SUPPLY LIST AND QTY******* Statement of Work For Ruckus Hardware Support 1.���������� GENERAL Naval Surface Warfare Center, Indian Head, Research, Development, Test and Engineering (RDT&E) network requires the procurement of Ruckus Hardware Support. The purpose of this purchase is to buy an additional hardware with support from the manufacturer of our RDT&E network switches, Ruckus/Commscope. Without this, we will not be able to continue to expand and replace any RDT&E building switches if one has a hardware failure. Ruckus ICX hardware support for Layer 2 and Layer 3 switches. One year coverage of hardware support and renewal the support each year because the switches are vital to the operation of the NSWC IHEODTD RDT&E network 2.0 REQUIREMENTS: The RDT&E network is serviced by the internal core Layer 3 network switch, and various distribution layer 2 switches strategically located throughout the campus. The switches move digital data in the form of packets and frames at Layers 2 & 3 of the Open Systems Interconnection (OSI) network framework model. The switches enable RDT&E users in labs and buildings throughout the campus to communicate on the internal Local Area Network and to external DoD and commercial network sites. The Contractor shall be authorized to sell Ruckus licenses, support, hardware and technical consulting. The Contractor shall be knowledgeable in configuring and installing Ruckus hardware and software. PLACE OF PERFORMANCE: The hardware support on this order will cover the new network equipment purchased on this same order. PERIOD OF PERFORMANCE:� One year Support CLAUSES: 52.204-24; 52.204-25; 52.204-26; 52.204-2; 52.204-3; 52.204-7; 52.204-13; 52.204-19; 52.209-10; 52.211-17; 52.219-1; 52.219-28; 52.222-19; 52.222-21; 52.222-26; 52.222-50; 52.223-18; 52.225-13; 52.225-18; 52.232-1; 52.232-8; 52.232-39; 52.232-40; 52.233-1; 52.233-3; 52.233-4; 52.213-1; 52.217-17; 52.247-34; 52.249-1; 52.249-4; 52.252-1; 52.252-2; 252.203-7000; 252.203- 7002; 252.203-7005; 252.204-7003; 252.204-7008; 252.204-7009; 252.204- 7012; 252-204-7015; 252.211-7003; 252.225-7001; 252.225-7048; 252.232- 7003; 252.232-7006; 252.232-7010; 252.243-7001; 252.244-7000; 252.247- 7020; 252.232-7017
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ce0ae3e71464f60a6eb626a5d1dac7d/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN06399504-F 20220724/220722230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.