Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
SOLICITATION NOTICE

70 -- NETWORKING HARDWARE

Notice Date
8/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N0017802R2043
 
Response Due
8/30/2002
 
Point of Contact
Code XDS12D 540-653-7942 FAX: 540-653-4089
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Simplified Acquisition Procedures will be used in accordance with FAR 13.5. The Naval Surface Warfare Center, Dahlgren Division, intends to procure on a specific make and model the following items manufactured by Cisco Systems, Inc.: Line Item 0001, 13 Slot Modular Router (PART NUMBER CISCO7513), 4 EACH; Line Item 0002, CISCO 7513 AC POWER SUPPLY SPARE, US (PART NUMBER PWR-7513-AC), 4 EACH; Line Item 0003, CISCO 7500 SERIES ROUTE SWITCH PROCESSOR 4+ (PART NUMBER RSP4+), 4 EACH; Line Item 0004, RSP4 FLASH CARD: 20 MB KIT (OEM) (PART NUMBER MEM-RSP4-FLC20M), 4 EA CH; Line Item 0005, RSP4/RSP4+ 128MB DRAM UPGRADE KIT (OEM) (PART NUMBER MEM-RSP4-128M), 4 EACH; Line Item 0006, AC POWER CORD NORTH AMERICA (PART NUMBER CAB-7513AC), 4 EACH; Line Item 0007, CISCO RSPX SERIES IOS ENTERPRISE (PART NUMBER S75A-12105T), 4 EACH; Line Item 0008, CISCO 7000 6PT ETH IFCP (PART NUMBER CX-EIP6), 6 EACH; Line Item 0009, VERSATILE INTERFACE PROCESSOR 2, MODEL 50 (PART NUMBER VIP2-50), 19 EACH; Line Item 0010, 64 MBYTES DRAM OPTION FOR VIP2-50/XIP-50 (OEM) (PART NUMBER MEM-VIP250-64M-D), 19 EACH; Line Item 0011, 8 MBYTES SRAM OPTION FOR VIP2-50/XIP-50 (OEM) (PART NUMBER MEM-VIP250-8M-S), 19 EACH; and Line Item 0012, 1-PORT FDDI FULL DUPLEX MULTI-MODE PORT ADAPTER (PART NUMBER PA-F/FD-MM), 38 EACH. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantag eous to the Government, price and other factors considered. Specifically, the proposal should meet the following minimum requirements: the stated items? manufacturer / model number / description of the item requested / and quantity; items may be new or refurbished; items shall be warranted with a minimum of a 90-day warranty with next business day replacement; and delivery of all items to be FOB Destination not to exceed a 25-day delivery date after receipt of order (ARO). All proposals shall state specifically the items make / model / description, items? warranty and replacement time, FOB arrangement, and the items? ARO. This acquisition will occur via a Firm Fixed-Price contract based on best value. The following factors shall be used to evaluate receipt of ?Best Value? offers: (i) meeting stated manufacturer / model number / description of the item requested / and quant ity; (ii) warranty of products; (iii) price; (iv) delivery period (for all items) after receipt of order (ARO); (v) FOB arrangement and (vi) past performance. All items shall be delivered FOB Destination to the Receiving Officer, Bldg. 125, Naval Surface Warfare Center, Dahlgren, Virginia 22485, between the hours of 7:00 a.m. and 2:30 p.m. on weekdays. No deliveries will be accepted on Federal holidays. This solicitation number is N00178-02-R-2043; it is issued as a Request for Proposal (RFP). When responding to this RFP, please reference in your proposal the solicitation number. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2001-08 (29 July 2002) and DFAR change notice 20020730. The NAICS Code associated with this procurement is 421430; the small business size standard is 500 employees. All offero rs must include a completed copy of FAR 52.212-3 ?Offeror Representations and Certifications ? Commercial Items (JULY 2002),? and a copy of DFAR 252.212-7000 ?Offeror Representations and Certification ? Commercial Items (NOV 1995)? with their proposal. Additionally, FAR 52.212-1 ?Instructions to Offerors ? Commercial Items (OCT 2000), FAR 52.212-4 ?Contract Terms and Conditions ? Commercial Items (FEB 2002),?FAR 52.212-5 ?Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (MAY 2002),? subparagraphs (a), (b) 1, 5, 11, 12, 13, 14, 15, 16, (d), and (e) apply to this solicitation and are hereby incorporated by reference. Finally, DFAR 252.209-7001 ?DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (MAR 1998),?DFAR 252.204.7004 ?REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001),? DFAR 252.212-7001, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2002) subparagraph (a) ,?252.225-7001, 252.225-7012, 252.227-7015, 252-243-7002, and (b) also apply to this acquisition. The Defense Priority and Allocation System (DPAS) rating is DO-A7. The closing date for receipt of proposal is 4:00 p.m. (Eastern time), 30 August 2002. Anticipated award date is 06 September 2002. In addition to the RFP submitting requirements, please reference in your proposal the solicitation number N00178-02-R-2043, state items as ?Open Market,? or under GSA Schedule Number and identify the employee size of your business. Electronic responses are encouraged at XDS12@nswc.navy.mil, but proposals may also be faxed to (540) 653-4089 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS12D, Bld g. 183, Room 104, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR QUOTATION AS ALL ITEMS ARE IDENTIFIED IN THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPSS) at: http://www.fedbizops.gov/.
 
Record
SN00147025-W 20020823/020821213951 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.