Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

70 -- Digital Signage- CISCO BRAND NAME OR EQUAL-TO.

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010411QQ441
 
Response Due
2/22/2011
 
Archive Date
2/22/2011
 
Point of Contact
DEBORAH J. THOMAN 717-605-3522
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) number is N00104-11-Q-Q441, and is being conducted under the procedures of Part 12, for a Digital Signage Solution and hardware. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-48. This RFQ is issued on an unrestricted basis with a North American Industrial Classification System number of 334119 and the Small Business Size Standard is 1,000. The Naval Inventory Control Point (NAVICP) intends to award a single Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm-fixed price (FFP) type contract. This type of contract provides for the furnishing of an indefinite quantity, with the stated limits from the date of award of this contract through two years. The first delivery order will be issued immediately upon the award of the IDIQ contract. The guaranteed minimum is $400K. The Awardee shall furnish the stated minimum, and as ordered, any additional quantities of Digital Signage and hardware, not to exceed a maximum of $2M over the life of the contract. The Government shall not be required to purchase from the successful offeror(s) any additional quantities after the initial guaranteed minimum is satisfied. Obligation of funds and specific quantities will be ordered through individual delivery orders issued during a Fiscal Year. The hardware items to be supplied are provided in Attachment (A) including Tabs A-G which is the salient features. Hardware items called for by this RFQ have been identified in the synopsis/solicitation by a "Cisco brand name" or equal-to description (See salient features in Attachment (A), Tabs A-G). Delivery of items shall be 30 days after receipt of order. The deliveries shall be FOB Destination to the following shipyards: Norfolk, VA; Puget Sound, WA; Portsmouth, ME and Pearl Harbor, HI. (See Attachment (A) for complete addresses). Norfolk, VA shall be the first delivery immediately upon the IDIQ contract award. All prices quoted shall incorporate destination charges and all taxes associated with the product. The provision at FAR Clause 52.212-1, Instructions to Offerors, and addendum is incorporated. ADDENDUM to 52.212-1, modify (b) Submission to offers: "Submit offers to the attention of Mrs. Deborah Thoman, Contracting Officer, via the internet at Deborah.Thoman@navy.mil." modify (b)(10): The contractor shall provide the NAVICP with three (3) point-of-contacts from previous Government contracts along with contract number, Contracting Officer including email address and telephone number for the purpose of evaluating Past Performance." FAR Clause 52.212-2, Evaluation--Commercial Items (JAN 1999) is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2(a)--Award will be based on Lowest Price Technically Acceptable (LTPA) criteria. The following factors shall be used to evaluate offers to determine technical acceptability: 1.Cisco product or equal- to validation 2.The Offeror shall be Cisco Gold Level Certified if offering Cisco brand name. If the offeror is providing a product of another Original Equipment Manufacturer (OEM), then they shall be certified at the highest level of certification of the manufactured product for which they are providing. Proof of level of certification shall be provided with the quote submission. 3.Past Performance will be based on telephonic performance evaluations received from previous contacts provided in the quote. 4.All items are quoted. Clause 52.212-3, Offeror Representations and Certifications (DEC 2001) apply and can be found at www.acqnet.gov.To be eligible for award offerors must be certified in ORCA before contract award. Incorporated by reference are the FAR Clause 52.212-4, Contract Terms and Conditions. ADDENDA to Clause 52.212-4 are incorporated by full text as follows: 52.216-1-TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-fixed Price, Indefinite-Delivery, Indefinite-Quantity contract resulting from this solicitation. 52.216-18-ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through two years. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19-ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $3K, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $1M; (2) Any order for a combination of items in excess of $1M; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. Incorporated by reference are FAR Clauses 52.233-2-SERVICE OF PROTEST (SEP 2006) and 52.233-3-PROTEST AFTER AWARD (AUG 1996). Incorporated by reference are the FAR Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders-Commercial Items (JAN 2011), Subsection (a), (b) 1, 5, 12, 13, 14, 15, 22-28, 31,33 and 42, (d), and (e). ADDENDUM to Clause 52.252-5 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984), is incorporated by reference and applies to FAR Section 9.104-1. Incorporated by reference is DFAR Clause 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005). Incorporated by reference are the DFAR Clauses 252.2127-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2011), Subsection (a), (b) 1-3, 17 and 19-21, and (c). Additional Information is as follows: Any vendor not having government experience will be rated as "Neutral." Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications (located on the Internet) are executed and returned as required in this synopsis/solicitation. Website: (FAR) http://www.acqnet.gov. Warranty on hardware shall be in accordance with commercial standard warranties and shall be specified in the quote submission. The Contracting Officer will accept commercial subcontracting plans. Individual subcontracting plans are not required if the offeror submits a commercial subcontracting plan. Defense Priorities and Allocations System doesn t apply; thus a rating isn t assigned. All quotes are due by 8:00 AM, EST, 02/22/2011. Offerors are advised to submit quotes in separate volumes or attachments as follows: 1.Price (using Attachment A, pages 1 and 2) 2.Past Performance Points of Contact Information 3.Proposed Hardware Solution demonstrating: a)Equal-to b)Original Equipment Manufacturer Certification c)The contractor s quote shall include a positive statement and supporting documentation confirming all salient feature listed on Attachment A to the Item Description have been achieved. The point of contact for this RFQ is Contracting Officer Deborah Thoman at Deborah.Thoman@navy.mil, Telephone (717) 605-3522.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010411QQ441/listing.html)
 
Record
SN02373397-W 20110206/110204234154-9c6d3bae2b10666c1afe3ff8c229ef7d (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.