Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SOLICITATION NOTICE

70 -- Cisco Time Servers and SSDs - Redacted Brand Name Justification

Notice Date
6/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M6890917Q7658
 
Archive Date
6/30/2017
 
Point of Contact
Kathleen M. Ruyle, Phone: 7607635496, Sandra Ingram,
 
E-Mail Address
kathleen.ruyle@usmc.mil, sandra.ingram@usmc.mil
(kathleen.ruyle@usmc.mil, sandra.ingram@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Redacted Brand Name Justification M6890917Q7658 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number M6890917Q7658 is issued as a request for quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective date 19 Jan 2017. This solicitation is a total set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business size standard of 1,250 employees. This procurement includes brand name items listed below in CLINs 0001 through 0007; a Brand Name Justification is attached to this solicitation that is applicable to only those CLINs. The Government has a requirement for Cisco solid state drives (SSDs), time servers, cables and related equipment. This is a solicitation for new equipment, and remanufactured or grey market items are not acceptable. The Government will verify that the succesful vendor is an authorized Cisco reseller, distributor, or partner prior to award. CLIN 0001: Cisco Enterprise Performance SSD QTY: 72 Unit: EA Extended Description: Cisco Enterprise Performance SSD, 480GB 2.5 inch Enterprise Performance 6GSATA SSD(3X endurance) Mfr Part Number: UCS-SD480G12S3-EP= CLIN 0002: Cisco Time Server QTY: 2 Unit: EA Extended Description: Cisco Time Server, Pre-configured S650 with Rubidium, Timing I/O Module, Single AC power supply (Note: Antenna listed separately in CLIN 0003 below) Mfr Part Number: 090-15200-652 MICROSEMI CLIN 0003: Cisco Time Server GPS Antenna QTY: 2 Unit: EA Extended Description: Cisco Time Server GPS Antenna, S600 GPS Antenna Option 75FT 50IN CBL LGHT ARSTR 25IN CBL ANT 50IN CBL LGHT ARSTR 25IN CBL ANT Mfr Part Number: 990-15202-075 MICROSEMI CLIN 0004: Cisco 1000Base-T SFP QTY: 20 Unit: EA Extended Description: 1000Base-T SFP, TAA Compliant Mfr Part Number: GLC-TE++= CLIN 0005: Cisco 10GBASE-CU SFP+ Cable 1 Meter QTY: 10 Unit: EA Mfr Part Number: SFP-H10GB-CU1M= CLIN 0006: Cisco 10GBASE-CU SFP+ Cable 1.5 Meter QTY: 10 Unit: EA Mfr Part Number: SFP-H10GB-CU1-5M= CLIN 0007: Cisco 10GBASE-CU SFP+ Cable 2.5 Meter QTY: 10 Unit: EA Mfr Part Number: SFP-H10GB-CU2-5M= CLIN 0008: 10/100/1000 Aggregator Network Tap (nTAP) QTY: 13 Unit: EA CLIN 0009: High Density Optical (HDOT) nTAP Chassis QTY: 2 Unit: EA CLIN 0010: Two Channel Optical nTAP QTY: 4 Unit: EA Extended Description: Two Channel Optical nTAP, 10 Gigabit Multi-Mode (50m Core) 50/50 split CLIN 0011: HDOT Module QTY: 8 Unit: EA Extended Description: HDOT Module, 10 Gb Single module HDOT module (9m Core) - 50/50 Prices should be quoted FOB Destination to: Marine Corps Tactical Systems Support Activity Bldg 31345 Camp Pendleton, CA 92055-5171 DoDAAC: M68909 Delivery shall be no later than 30 days after the date of the contract. Inspection and Acceptance will occur at Destination within seven (7) days of receipt of all items. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Clauses The following FAR and DFARS provisions are incorporated by reference and apply to this acquisition. FAR 52.204-7 Alt 1, 52.212-1, 52.212-2, 52.212-4, 52.212-5, 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.232-33, 52.252-2. DFARS 252.204-7012, and 252.232-7006. In order to be eligible for award, firms must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. FAR 52.212-2 Evaluation - Commercial Items (a)The Government will award a contract resulting from most advantageous to the Government, price, and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items and services offered to meet the Government requirement, (ii) price, and (iii) past performance. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (end of clause) All future information about this acquisition, including solicitation amendments, will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to kathleen.ruyle@usmc.mil no later than COB 14 June 2017. Quotes are due no later than 2:00 PM PDT on 15 June 2017 and shall be submitted via email to kathleen.ruyle@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M6890917Q7658/listing.html)
 
Place of Performance
Address: MCTSSA, BLDG 31345, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN04540766-W 20170614/170612234517-908f11b6575e3d1e36298a1cfd7b46ba (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.