Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
SOURCES SOUGHT

70 -- PBX, ROUTERS AND SWITCHES

Notice Date
2/28/2008
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_5961E
 
Response Due
3/14/2008
 
Point of Contact
Point of Contact - ROBIN B ROURK, Contract Specialist, 843-218-5978
 
E-Mail Address
Email your questions to Contract Specialist
(robin.rourk@navy.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
SPAWARSYSCEN SSC - Charleston is soliciting information from potential sources to conduct a set-aside for 8(a), HUBZone, or Service-Disabled-Veteran- Owned small businesses for PBX; Routers and Switches equipment. Vendors should be authorized resellers/distributors of manufacturers to include: CISCO Systems, Foundry, Nortel, Avaya and others as required for equipment such as the following: PBX: Nortel CS1000M SG Avaya S8500 Avaya S28720 and 8400 Cisco Call Manager Routers: Cisco router series 7200, 3700, 3800, 2600, 2800 Nortel 3120 Switches: Foundry FastIron FES and GS series and NetIron XMR cores Cisco Catalyst switch series 6500, 4500, 4000, 6000, 3750, 2950 and Nortel Passport 8600 and 5500 switches This is a new requirement that may encompass a wide range of PBX, Routers and Switches equipment. The above list is a sample of this type of equipment SPAWAR has acquired in the past. The list is NOT intended to represent an all inclusive list of the equipment SPAWAR will acquire through this procurement. It is anticipated that a solicitation will be issued for a multiple award, indefinite- delivery, indefinite-quantity, firm-fixed- price type contract for a base period of one year with four one-year option periods. Firms are invited to submit the following documentation to support they posess the specialized experience/requirements in the following areas: (1) Documentation, literature, brochures, and references regarding existing authorized reseller/distributor agreements with the stated manufacturers. (2) Written assurance to the Government that appropriate safeguards are in place with all offeror equipment that validates its ???authenticity??? that will ensure equipment is not ???counterfeit???. (3) Documentation pertaining to additional manufacturer reseller agreements that you hold for similar equipment. (4) Demonstrated capability to execute orders that exceed $1,000,000.00. Maximum page limitation is twenty (20) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, via e-mail to robin.rourk@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran-Owned Business, and/or Service-Disabled-Veteran- Owned; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; and (6) DUNS Number (if available). NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes ONLY, and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a Small Business set-aside or 8(a) set-aside. The applicable NAICS code is 334210 with a size standard of 750 employees. The Closing Date for responses is 14 MARCH 2008.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=B7C5AB5DFE51DEDD882573FD007483AE&editflag=0)
 
Record
SN01519944-W 20080301/080228225120 (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  © 1994-2020, Loren Data Corp.