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, 2017 FBO #5718
MODIFICATION

70 -- Cisco Servers - Amendment 1

Notice Date
7/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 610 Dowell Street, Keyport, Washington, 98345-7610, United States
 
ZIP Code
98345-7610
 
Solicitation Number
N0025317Q0183
 
Archive Date
1/14/2018
 
Point of Contact
Murray K. Lancaster, Phone: 3603156740
 
E-Mail Address
murray.lancaster@navy.mil
(murray.lancaster@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment N0025317Q0183 COMMERCIAL SOLICITATION Naval Undersea Warfare Center Division Keyport is soliciting for Cisco modules/switches from a single source under the authority of FAR 13.106-1(b). The government is also soliciting Quantum Artico Intelligent Archive Appliance to include installation and configuration, and Veeam Availability Suite, on a brand name or equal basis. The government anticipates award of one (1) firm fixed price type contract to Cisco Systems Inc., or an authorized Cisco Systems Inc. Authorized Channel Partner. This requirement is being issued as a combined synopsis/solicitation for commercial Items in accordance with FAR 12.6, as supplemented with additional information included in the attached solicitation. This announcement constitutes the only solicitation. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-S1. The solicitation number for this requirement issued as a request for quotation (RFQ) N0025317Q0183 is attached to this announcement. Provisions and clauses in effect through Federal Acquisition Federal Circulars 2005-95 are included in the attached solicitation. The applicable NAICS code for this requirement is 334210 and has a size standard of 1,250. Offerors shall provide FOB Destination pricing to NUWC Keyport, WA 98345-7610. Requirements and evaluation procedures are listed in the attached solicitation, which is required to be completely filled out and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. No paper copies will be mailed. Failure to respond to this RFQ and associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://www.acquisition.gov/far. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. Offerors are also advised that these representations and certifications can be completed electronically via the SAM website at https://www.sam.gov/. Vendor shall certify that it is a Cisco Authorized Gold Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Please provide proof of certification level with your quote submission. If proof of certification level is not provided with your quote submission, your quote may be considered non-responsive. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with all applicable laws and policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement pre-award, and shall certify that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. Only authentic OEM equipment and support services sourced from authorized OEM channels are acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N0025317Q0183/listing.html)
 
Record
SN04583705-W 20170720/170718234706-0161715e0bcb85a3e35566ab525f0315 (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.