Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2013 FBO #4256
MODIFICATION

58 -- CISCO, 3750G 48 (REFURBISHED)

Notice Date
7/18/2013
 
Notice Type
Modification/Amendment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-13-T-6457
 
Response Due
7/25/2013
 
Archive Date
8/24/2013
 
Point of Contact
Point of Contact - DANILO B IBARRA, Contract Specialist, 619-553-1154; AURORA VARGAS, Contracting Officer, 619-553-0901
 
E-Mail Address
Contract Specialist
(danilo.ibarra@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 00002 EFFECTIVE DATE 7/18/2013 1. The purpose of this amentment is to change the NAICS CODE in 'First paragraph' to 334210 from 334290. 2. 2. All other tems and conditions remain the same. *************************************************************** AMENDMENT 00001 EFFECTIVE DATE 7/17/2013. 1. The purpose of this amendment is to correct below paragraph: To be considered for award, the offeror certifies that the product being offered is a Cisco certified refurbished product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufactures to sell the Cisco product in the U.S. By making an offer, offeror also consents to cancellation of award if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as certified refurbished products that are eligible for warranties and all other ancillary services or options provided by the manufacturers or that Offeror was not authorized by the manufacturer to sell the Cisco product in the U.S. From: To be considered for award, the offeror certifies that the product being offered is an original and new Cisco product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufactures to sell the Cisco product in the U.S. Offerors are required to submit documentation with the offer identifying its supply chain for the product, that all products are new and in their original Cisco packaging. By making an offer, offeror also consents to cancellation of award if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturers or that Offeror was not authorized by the manufacturer to sell the Cisco product in the U.S. 2. All other tems and conditions remain the same. *************************************************************** This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-13-T-6457. This requirement is set-aside for Small Business / Brand-name only, NAICS code is 334290 and business size standard is $25M. Refurbished parts must be from a CISCO authorized partner and must have lifetime warranty. ITEM 0001. CISCO, 3750G 48 10/100/1000T + 4 SFP STANDARD MULTILAYER PN = WS-C3750G-48TS-S (Refurbished) QTY = 1 EA UNIT COST = TOTAL = ITEM 0002. CISCO 1 2951 Security Bundle w/SEC license PAK PN = 2951-SEC/K9 (Refurbished) QTY = 1 EA UNIT COST = TOTAL = ITEM 0003. CISCO, 3845 SECURITY BUNDLE W/ ADVANCED SECURITY SOFTWARE, 256D/64F PN = CISCO3845-SEC/K9 (Refurbished) QTY = 1 EA UNIT COST = TOTAL = ITEM 0004. 1GIG ETHERNET MODULE PN = NM-1GE (Refurbished) QTY = 4 EA UNIT COST = TOTAL = ITEM 0005. TWO 10/100 ROUTED PORT HWIC PN = HWIC-2FE (Refurbished) QTY = 5 EA UNIT COST = TOTAL = ITEM 0006. 1000BASE-T GBIC PN = WS-G5483 (Refurbished) QTY = 2 EA UNIT COST = TOTAL = ITEM 0007. Enhanced EtherSwitch, L2/L3, SM, 16GE, POE PN = SM-ES3G-16-P (Refurbished) QTY = 1 EA UNIT COST = TOTAL = ITEM 0007. UID tags if applicable. Unit Cost = Total = GRAND TOTAL = Required Delivery Date = August 22, 2013. Delivery Address: SPAWAR SYSTEMS CENTER PACIFIC RECEIVING OFFICER 4297 PACIFIC HIGHWAY, BLDG OT7 Basis for award: The government anticipates awarding a firm-fixed price purchase order. To be considered for award, the offeror certifies that the product being offered is an original and new Cisco product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufactures to sell the Cisco product in the U.S. Offerors are required to submit documentation with the offer identifying its supply chain for the product, that all products are new and in their original Cisco packaging. By making an offer, offeror also consents to cancellation of award if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturers or that Offeror was not authorized by the manufacturer to sell the Cisco product in the U.S. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-68, Effective 26 Jun 2013 and DFARS DPN 20130710, Effective 10 Jul 2013. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications. Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108- 78), 52.222-3, Convict LaborE.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.214-3, Amendments to Invitations for Bids, 52.214-4, False Statements and Bids, 52.214-5, Submission of Bids, 52.214-6, Explanation to Prospective Bidders, 52.214-7, Late Submissions, Modifications, and Withdrawls of Bids. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Deviation apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227). DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). This RFQ closes on July 25, 2013 at 10:00 AM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-13-T-6457. The point of contact for this solicitation is Danilo Ibarra at danilo.ibarra@navy.mil. Please include RFQ N66001-13-T-6457 on all inquiries. All responding vendors must be registered to the System for Award Management (SAM) prior to award of contract. Information can be found at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a74f389a963a531655d3d7e39916c457)
 
Record
SN03120600-W 20130720/130719000722-a74f389a963a531655d3d7e39916c457 (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.