Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
MODIFICATION

59 -- BROCADE GbE, Gbps, and GBASE Switches

Notice Date
5/26/2017
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-T-7306
 
Response Due
6/1/2017
 
Archive Date
7/1/2017
 
Point of Contact
Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; David St Cyr, Contracting Officer, 619-553-4474
 
E-Mail Address
Contract Specialist
(sylvia.paguio@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0002 THE PURPOSE OF THIS AMENDMENT IS TO ADD THE DESCRIPTION FOR ALL THE CLINS 001 THROUGH 0010 AS SEEN BELOW. CLIN 0001 ICX7450-48P-E2 P/N: iCX7450-48P-E2 MANUFACURER: BROCADE DESCRIPTION 48PT 1 GBE SWCH POE+ BDL INC 4X10G SFP+ QTY: 1 EACH DFARS 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION APPLIES TO THIS LINE ITEM. CLIN 0002 ICX7450-48F-E2 P/N: ICX7450-48F-E2 MANUFACTRURER: BROCADE DESCRIPTION 48PT1 GBE SFP FIB SWCH BDL 4X10G SFP+ QTY: 1 EACH DFARS 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION APPLIES TO THIS LINE ITEM. CLIN 0003 ICX7450-24P-E2 P/N: ICX7450-24P-E2 MANUFACTURER: BROCADE DESCRIPTION 24PY 1 GBE SWCH POE+BDL INC 4X10G SFP+ QTY: 1 EACH CLIN 0004 ICX7400-1X40GQ P/N: ICX7400-1X40GQ MANUFACTURER: BROCADE DESCRIPTION ICX 7450 1-port 40 GbE QSFP+ Module QTY: 3 EACH CLIN 0005 40g-QSFP-SR-BIDI P/N: 40G-QSFP-SR-BIDI MANUFACTURER: BROCADE DESCRIPTION 40 Gbps SR Bi- Directional QSFP+ QTY: 3 EACH CLIN 0006 10G-SFPP-LR-SA P/N: 10G-SFPP-LR-SA MANUFACTURER: BROCADE DESCRIPTION 10GBASE-LR SFP+ OP LC 10KM OV SMF QTY: 6 EACH CLIN 0007 E1MG-SX-OM P/N: E1MG-SX-OM MANUFACTURER: BROCADE DESCRIPTION 1000BASE-SX SFP MODULE QTY: 1 EACH CLIN 0008 E1MG-SX-OM-8 P/N: E1MG-SX-OM-8 MANUFACTURER: BROCADE DESCRIPTION 1000BASE-SX SFP Transceiver QTY: 4 EACH CLIN 0009 E1MG-100FX-A P/N: E1MG-100FX-A MANUFACTURER: BROCADE DESCRIPTION 100BASE-FX SFP OP MMF LC CON OP QTY: 2 EACH CLIN 0010 40G-QSFP-QSFP-C-0301 P/N: 40 G-QSFP-QSFP-C-0301 MANUFACTURER: BORCADE DESCRIPTION Twinax Network Cable QTY: 3 EACH CLIN 0011 SHIPPING QTY: 1 LOT ALL PROVISIONS OF THE BASIC SOLICITATION REMAIN UNCHANGED. ___________________________________________________________________ AMENDMENT 0001 AMENDMENT 0001 IS TO EXTEND THE SOLICITATION CLOSING DATE TO JUNE 1, 2017 AT 11:00 ALL OTHER PROVISIONS OF THE SOLICITATION REMAIN UNCHANGED __________________________________________________________________ This is a SSC Pacific combined synopsis/solicitation 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 only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-17-T-7306. This requirement is set-aside for small businesses, NAICS code is 334290 and the size standard is 750 employees. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable. PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the closing date. Failure to submit your proposal via the correct method WILL result in it being excluded from consideration. NO EXCEPTIONS!!!" BRAND NAME CLIN 0001 ICX7450-48P-E2 P/N: iCX7450-48P-E2 MANUFACURER: BROCADE DESCRIPTION 48PT 1 GBE SWCH POE+ BDL INC 4X10G SFP+ QTY: 1 EACH DFARS 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION APPLIES TO THIS LINE ITEM. CLIN 0002 ICX7450-48F-E2 P/N: ICX7450-48F-E2 MANUFACTRURER: BROCADE DESCRIPTION 48PT1 GBE SFP FIB SWCH BDL 4X10G SFP+ QTY: 1 EACH DFARS 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION APPLIES TO THIS LINE ITEM. CLIN 0003 ICX7450-24P-E2 P/N: ICX7450-24P-E2 MANUFACTURER: BROCADE DESCRIPTION 24PY 1 GBE SWCH POE+BDL INC 4X10G SFP+ QTY: 1 EACH CLIN 0004 ICX7400-1X40GQ P/N: ICX7400-1X40GQ MANUFACTURER: BROCADE DESCRIPTION ICX 7450 1-port 40 GbE QSFP+ Module QTY: 3 EACH CLIN 0005 40g-QSFP-SR-BIDI P/N: 40G-QSFP-SR-BIDI MANUFACTURER: BROCADE DESCRIPTION 40 Gbps SR Bi- Directional QSFP+ QTY: 3 EACH CLIN 0006 10G-SFPP-LR-SA P/N: 10G-SFPP-LR-SA MANUFACTURER: BROCADE DESCRIPTION 10GBASE-LR SFP+ OP LC 10KM OV SMF QTY: 6 EACH CLIN 0007 E1MG-SX-OM P/N: E1MG-SX-OM MANUFACTURER: BROCADE DESCRIPTION 1000BASE-SX SFP MODULE QTY: 1 EACH CLIN 0008 E1MG-SX-OM-8 P/N: E1MG-SX-OM-8 MANUFACTURER: BROCADE DESCRIPTION 1000BASE-SX SFP Transceiver QTY: 4 EACH CLIN 0009 E1MG-100FX-A P/N: E1MG-100FX-A MANUFACTURER: BROCADE DESCRIPTION 100BASE-FX SFP OP MMF LC CON OP QTY: 2 EACH CLIN 0010 40G-QSFP-QSFP-C-0301 P/N: 40 G-QSFP-QSFP-C-0301 MANUFACTURER: BORCADE DESCRIPTION Twinax Network Cable QTY: 3 EACH CLIN 0011 SHIPPING QTY: 1 LOT Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size/ NAICS Code: d. RFQ Number N66001-17-T-7306 e. Requested Delivery date: 30 days after receipt of order (ARO) f. Preferred method of shipment: FOB Destination. Ship to Address: 55360 HULL STREET BLDG A33 SAN DIEGO, CA 92152-5001 This RFQ closes JUNE 1 2017 at 11:00 AM, Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-17-T-7306. 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 2005-81 (08/03/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses shown below can be accessed in full text at www.farsite.hill.af.mil/: The following are FAR and DFARS provisions, incorporated by reference, apply to this solicitation: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offer; 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and Certifications-Commercial Items (As registered in SAM); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.252-1, Solicitation Provisions Incorporated by Reference; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2016-O0003); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.225-7000, Buy American--Balance of Payments Program Certificate; 252.225-7020, Trade Agreement Certificate; 252.239-7009, Representation of Use of Cloud Computing; 252.239-7017, Notice of Supply Chain Risk; and, 252.247-7022, Representation of Extent of Transportation by Sea. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, 52.204-18, Commercial and Government Entity Code Maintenance; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Tailored at Award); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.o.b. - Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2016-O0003) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K); 252.211-7008, Use of Government-Assigned Serial Numbers; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7021, Trade Agreements; 252.225-7036, Buy American-Free Trade Agreements--Balance of Payments; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services 252.239-7018 Supply Chain Risk; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; and, 252.247-7022, Representation of Extent of Transportation by Sea. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f4f1b0a8a24d4a3ed2209570d579004)
 
Record
SN04524666-W 20170528/170526235148-9f4f1b0a8a24d4a3ed2209570d579004 (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.