Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
MODIFICATION

70 -- MARCONI SWITCHES AND 2 YEAR TECHNICAL SUPPORT

Notice Date
3/10/2008
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-08-Q-3261
 
Response Due
3/10/2008
 
Archive Date
4/9/2008
 
Point of Contact
Point of Contact - Gina Goodman, Contract Specialist, 619-553-5208; Gina Goodman, Contracting Officer, 619-553-5208
 
E-Mail Address
Email your questions to Contract Specialist
(gina.goodman@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1, EFFECTIVE MARCH 10, 2008. 1. Delete Numbered Notes 1 and 22. The notes do not apply. 2. Delete statement about this requirement is a Small Business Set Aside. This solicitation has been extended to 3/10/08, 16:00pm, PST. This is a combined synopsis/solicitation prepared for Commercial Services in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The provisions and clauses are those in effect at the time of this publication. Award will be made using FAR Part 13.5, Simplified Acquisition Procedures for Commercial Items. No Hard Copy of RFQ will be made available. SPAWAR Systems Center San Diego (SSC-SD) is seeking competitive quotations consisting of the following items: Item 001, ASX-1000 Switch Model, part number SM-1000, quantity 1 each. Item 002, Two-year technical support, software upgrades and enhancements for Item 1, part number: SUPP-S-A, quantity 1 each. Item 003, SCP-P5-400 Pentium 400 MHz Switch Control Processor with 256 MB DRAM and 32 MB Flash, quantity 2 each. Item 004, Two-year technical support, software upgrades and enhancements for Item 3, part number: SUPP-S-A, quantity 2 each. Item 005, 3-Port channelized DS3 3/1/0 circuit emulation service network module (8.2), part number NMCE-3/DS3, quantity 2 each. Item 006, Two-year technical support, software upgrades and enhancements for Item 5, part number: SUPP-S-A, quantity 2 each. Item 007, 8 port T1 1.544 Mbps and E1 2.048 Mbps circuit emulation module (8.1), part number NMCE-8-DS1E1E, quantity 3 each. Item 008, Two-year technical support, software upgrades and enhancements for Item 7, part number: SUPP-S-A, quantity 2 each. Item 009, Single port OC-12c, SMIR, SC connector, part number NM- 1/622SMIRE, quantity 1 each. Item 010, Two-year technical support, software upgrades and enhancements for Item 9, part number: SUPP-S-A, quantity 1 each. Item 011, 4 Port OC-3c, MM SC connector, part number NM-4/155MMSCE, quantity 3 each. Item 012, Two-year technical support, software upgrades and enhancements for Item 11, part number: SUPP-S-A, quantity 3 each. Item 013, 4 port OC-3c, SMIR connector, part number NM-1/155SMIRE, quantity 2 each. Item 014, Two-year technical support, software upgrades and enhancements for Item 13, part number: SUPP-S-A, quantity 2 each. Numbered Notes 1 and 22 apply; however, all offers received within 4 days (in lieu of 45 days) after date of publication of original synopsis will be considered by the Government. Quotes must be received on or before the due date of February 29, 2008 at 4:00 p.m. Pacific time. E-mail or facsimile quotations are acceptable and must be received on or before the due date and specified time. Quotations may be sent to gina.goodman@navy.mil or faxed to 619- 553-9068. Technical questions must be e-mailed to purchasing agent no later than five business days prior to the closing date of this solicitation. Include solicitation number N66001-08-Q-3261 on any inquiries. AWARD WILL BE MADE BASED ON THE LOWEST TECHNICALLY ACCEPTABLE QUOTE RECEIVED. The North American Industry Classification System (NAICS) Code is 541511 and Size Standard is $23 Million. All responding vendors must be registered to the Central Contractor Registration (CCR) program prior to contract award. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961- 5757. This solicitation and any subsequent amendments resulting from this announcement will be made available to interested parties via the SPAWAR E-Commerce Central website at http://e-commerce.spawar.navy.mil. The following clauses/provisions are hereby incorporated by reference and some in full text: FAR 52.212-1, Instructions to Offerors-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items; FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with Reference with paragraph b, the following provisions and clauses are incorporated: FAR 52.247-34, F.O.B. Destination; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222- 37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-1, Payments; FAR 52.232-25, Prompt Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protests After Award. All interested parties must submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items along with the quotation. Please go to SPAWAR San Diego E-Commerce website to obtain a blank copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=9788655B314FCEE4882573FB0064E45F&editflag=0)
 
Record
SN01528578-W 20080312/080310224904 (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.