Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

D -- CISCO MEMORY CARDS, ROUTERS, AND WARRANTY

Notice Date
4/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Ground Combat Center 29 Palms - RCO, M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739909Q0070
 
Response Due
4/27/2009
 
Archive Date
5/12/2009
 
Point of Contact
Rafila Burt 760-830-0292
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items BRAND NAME ONLY prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-09-Q-0070. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. This is an unrestricted purchase. The North American Industry Classification System Code (NAICS) is 423430. The small business size standard is 500 Employees The Standard Industrial Classification Code (SIC) for this order is 5045. The Federal Supply Classification (FSC) for this order is 7030. Line Item Product NumberProduct DescriptionQtyUnit PriceExtended Price0001MEM 7800-128CFCISCO 128MB FLASH MEMORY CARD2700002CIS-CISCO1841CISCO 1841 MOD ROUTER W/2FE-2 WAN2700003CD1-OS-CISCO1841CISCO SMARTNET ONSITE 8X5XNB270TOTAL The Government reserves the right to issue multiple awards as a result of this solicitation. Place of contract delivery will be F.O.B. Marine Corps Air Ground Combat Center (MCAGCC)/Marine Air Ground Task Force Training Command (MAGTFTC) Twentynine Palms, CA. The Following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR:52.212-1,, 52.212-3, 52.212-4, 52.212-5 with the following clauses: 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-3, 52.225-1, 52.232-33; and 52.252-2.DFARS:252.204-7004 (Alt A), 252.212-7001 (Dev), 252.223-7001, and 252.232.7003MAPS: 52.232-9650 Note: The complete provision at the Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. MCAGCC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions: 1. Access Procedures Are Mandatory: All contractor employees are required to obtain business access or permanent business access. Daily access procedures must not be used to circumvent background check requirements outlined below. Attempts to improperly use daily access procedures may result in denial of access to the involved employees. 2. Business Access: Required for contractor employees requiring access for periods from one day to one year. Submit the following:.A valid form of Federal or state government I.D..If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance..Proof of employment on a valid Government contract (e.g., a letter from the prime contractor including contract number and term)..Proof of an employee background check conducted within the past yearcovering the previous two years. Contractor employee background checks are conducted at contractor expense. The background check: (a)must establish the employee's citizenship or legal alien status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms and passports.(b)must include proof of a criminal records check from the county or state where the employee resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). (c)will be subject to Government verification via the FBI National Crime Information Center (NCIC) Interstate Identification Index (III). If the background check is selected for verification, the employee will be required to submit fingerprint records to the FBI Automated Fingerprint Identification System (AFIS) database. NCIC checks and fingerprinting will be performed at Government expense. Note: All contractor personnel performing work under this contract requiring access to the military installation shall obtain personal entry and a vehicle pass from the Provost Marshal's Office (PMO) of the Combat Center. For the MCAGCC/MAGTFTC, this process includes the completion of a COMBAT CENTER ACCESS AUTHORITY letter issued by the Regional Contracting Office (NW). 3. Permanent Business Access: Required for contractor employees requiring access for periods from one to three years. Submit all items listed above under "business access." NCIC check and fingerprint of all contractor employees will be conducted at Government expense. Contractor-provided background checks will be reevaluated annually, and will be updated by the contractor as required at the contractor's expense. 4. Emergency Access: Each Marine Corps installation develops its own procedures which allow the contractor quick access without compromising installation security for situations in which contractor response is crucial in order to preserve and/or restore critical facilities. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 5. Installation Access Badges: Each Marine Corps installation develops its own procedures for readily identifying contractor employees working on the installation. The installation may either provide access badges to individual contractor employees at government expense or it may require the contractor to provide badges to its employees, at its expense. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 6. Denial of Access: The Commanding General of each installation has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding General may refuse to grant access or may bar contractor employees, including employees who have previously been granted access. Refusal to grant an employee access or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. Among other reasons, access may be denied if it is determined that an employee:a. is on the National Terrorist watch List.b. is illegally present in the United States.c.is subject to an outstanding warrant.d.has knowingly submitted an employment questionnaire with false or fraudulent information.e. has been issued a debarment order and is currently banned from military installations. 7. Employee Identification: Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the Contracting Officer. 8. Employee Compliance. The Contractor's employees shall observe and comply with all MCAGCC/MAGTFTC rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by military police, law enforcement, or other security or safety personnel. 9. Contract Termination: The Contractor is responsible for ensuring clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract. Offerors shall submit past performance and experience information. The offeror must provide the information requested for past performance evaluation or affirmatively state that it possesses no relevant directly related or similar past performance. Relevant contracts include those held within the past three (3) years with civilian and/or Government agencies for similar types of work. Offeror's submitting no past performance information will receive a neutral rating for this factor. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposal of other offeror's. Past performance information shall demonstrates how well the Offeror satisfied its customers on previous contracts and shall include name(s) for points of contact, telephone numbers, email address, contract number (if ! any), contract price, period of performance, years performed and any unique qualities of the contract. EVALUATION:The Government will award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, will be lowest price technically acceptable considering the following factors: 1) Price2) Technical (Brand Name Only) The Contractor shall certify that it is a Manufacturer Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with all applicable laws and policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. Quotations are due by COB- 1600 (4:00PM) PST on April 27, 2009 at The Purchasing & Contracting Branch, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Building 1102, Door 21, Twentynine Palms, CA 92278-6053, ATTN; Rafila Burt, Contracting Specialist, Telephone # 760-830-0292, Fax 760-830-6353, and email: rafila.burt@usmc.mil Please submit your quotations via any method listed below: E-MAILFAXFEDERAL EXPRESS OR LIKE SERVICEHAND-CARRIED TO THE OFFICE
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d42982e3ef9cf501194b5025ad5507e4&tab=core&_cview=1)
 
Record
SN01796939-W 20090422/090420221007-79414c46db1f084bf565c1f2300b2bc2 (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.