Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

70 -- Cisco Networking Equipment and Accessories

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0359
 
Response Due
8/23/2010
 
Archive Date
9/7/2010
 
Point of Contact
Cindy M. Tafoya 562-626-7378
 
E-Mail Address
Click here to contact the contracting officer via e-mail
(cindy.tafoya@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS (https://www.fedbizopps.gov) and NECO (https://www.neco.navy.mil/). The RFQ number is N00244-10-T-0359. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-44 and DFARS Change Notice 20100810. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and https://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 423430 and the Small Business Size Standard is 100 employees. The government intends to acquire on a competitive basis for the following: The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach request responses from qualified sources capable of providing the following: CLIN 0001-Cisco 3845 Router SECURITY BUNDLE,AIM-VPN-HPII-PLUS,ADV. IP SERV,64F/256D, P/N C3845-HSEC/K9, 5 EACH CLIN 0002-Cisco 3845 REDUNDANT AC POWER SUPPLY, P/N PWR-3845-AC/2, 5 EACHCLIN 0003-Smartnet 8X5XNBD Service Contract, P/N CON-SNT-3845CCME, 5 EACHCLIN 0004-4-port Cisco EtherSwitch 10BASE-T/100BASE-TX autosensing HWIC, P/N HWIC-4ESW, 6 EACHCLIN 0005-Cisco EtherSwitch Service Module - switch - 16 ports, P/N NME-16ES-1G=, 4 EACH CLIN 0006-Cisco Single-Port Gigabit Ethernet HWIC, P/N HWIC-1GE-SFP, 8 EACH CLIN 0007-CISCO GE SFP, LC CONNECTOR LX/LH TRANSCEIVER, P/N GLC-LH-SM, 9 EACH CLIN 0008-Cisco 2-Port Fast Ethernet Highspeed WAN Interface Card (HWIC), P/N HWIC-2FE, 4 EACHAll items must be CISCO networking equipment. The network equipment is part of an extensive communication system that relays critical range audio through several ranges. The items will be used with existing equipment to allow remote control of tactical UHF/VHF radios and site monitor equipment from a central cite to several different remote sites. The system is utilized for Range Safety and Tactical Training and all items must be compatible to form, fit and function. Delivery: 30 days after receipt of order. F.O.B. point: Destination. Ship to address: Norco, CA. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fee; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt III 252.247-7024, Notification of Transportation of Supplies by Sea.Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company's products that meet the specifications, along with applicable government discounts. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at https://www.bpn.gov/ccrsearch. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at https://orca.bpn.gov. Quotes must be received no later than 1:00 P.M., local time 23 August 2010 and will be accepted via fax 562-626-7275 or via e-mail cindy.tafoya@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024410T0359/listing.html)
 
Record
SN02238014-W 20100814/100812234910-15bf47dc9f731d269c61094407ad9cfc (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.