Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
MODIFICATION

58 -- Cisco Communications Equipment

Notice Date
3/30/2016
 
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
N66001-16-P-8018
 
Response Due
4/5/2016
 
Archive Date
5/5/2016
 
Point of Contact
Point of Contact - Rebeca M Holguin, Contract Specialist, 619-553-0901; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(rebeca.holguin@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 02 - 03/30/16 The purpose of this amendment is to answer question submitted, see below. Question: Item HWIC-4ESW has been discontinued and replaced with EHWIC-4ESG or EHWIC-4ESG-P depending on whether you need Power over Ethernet. Can you confirm which module is preferred? We can get refurbished product if an exact match is required. Answer: Please provide EHWIC-4ESG-P in place of HWIC-4ESW. Amendment 01 - 03/28/16 The purpose of this amendment is to correct solicitation number from N66001-16-P-8015 to N66001-16-T-8018. This is a SSC Pacific request for quotation under the RFQ N66001-16-T-8018 for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-16-T-8018 for CISCO Communications Equipment in accordance with the Contract Line Item Numbers (CLINs) and minimum specifications listed below. This requirement is set-aside for small businesses, NAICS code is 334210 and the size standard is 1,250 Employees. Quote BRAND NAME Do not Substitute Quote MUST contain ALL ITEMS The statement below applies to all Contract Line Item Numbers (CLIN's) "To be considered for award, the offeror certifies that the product being offered is an original, new and Trade Agreements Act (TAA) compliant 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 manufacturer to sell the products that are the subject of this action in the U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items 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 manufacturer or that offeror was not authorized by the manufacturer to sell the product in the U.S., or that the product is in some manner not TAA compliant." CLIN DESCRIPTION PART # MFC QUANTITY 1 Router-Cisco-2911 CISCO2911-SEC/K9 Cisco 3 EA 2 Router-Cisco-T1\E1 card 1port VWIC3-1MFT-T1/E1 Cisco 3 EA 3 Ethernet cable 4-port HWIC-4ESW Cisco 4 EA 4 Media Converter 1000SX(SC) AT-MC1004 Allied Telesis 15 EA 5 Optimux 106 4xT1L OP-106/ETH/SC/SF1 Rad Data Communications 5 EA 6 Shipping I LOT Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This RFQ closes on April 05, 2016 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/N66001-16-T- 8018 ***All questions must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/ N66001-16-T-8018 PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. Please include the following: a. CAGE Code b. DUNS c. Business Size 3. Please include RFQ N66001-16-T-8018 on all inquiries. 4. Preferred method of shipment: FOB Destination. Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 The point of contact for this solicitation is Rebeca Holguin at rebeca.holguin@navy.mil. Please include RFQ N66001-16-T-8018 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-86 (03/07/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), February 26, 2016. 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. FAR Clauses 52.204-2 Security Requirements 252.204-7000 Disclosure Of Information 252.204-7008 (Dev) Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/610d359925c35a94356b999d5d9edcc8)
 
Place of Performance
Address: SPAWAR System Center Pacific 4297 Pacific Highway, Bldg OT7 San Diego, CA
Zip Code: 92110-5000
 
Record
SN04067286-W 20160401/160330234642-610d359925c35a94356b999d5d9edcc8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.