SOLICITATION NOTICE
70 -- CISCO SOFTWARE & SUPPORT
- Notice Date
- 8/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- DG1351-07-RQ-0715
- Response Due
- 8/24/2007
- Archive Date
- 9/8/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.3, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The National Oceanic and Atmospheric Administration (NOAA) intend to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) Part 13. The North American Industry Classification System (NAICS) code for this acquisition is 423430 with a small business size standard of 100. The solicitation is issued under the number DG1351-07-RQ-0715. This requirement is for Cisco devices, appliances, and Cisco Maintenance and Support as follows: Item 1- Cisco Part Number: IPS-4260-4GE-BP-K9, Part Description: CISCO 4260 BDL W/4PT CU NIC, QTY 1 Each Item 2- Cisco Part Number: IPS-4260-4GE-BP -INT, Part Description: CISCO 4PT COPPER NIC FOR THE IPS, QTY 2 Each Item 3 - Cisco Part Number: CON-SU1-IPS4260, Part Description: SMARTNET IPS SVC NBD N AMERICA, QTY 1 Each Delivery is FOB Destination to DOC/BIS, 1401 Constitution Ave, NW, Rm 3839, Washington, DC 20230 Attn: Raushi Conrad. BRAND NAME JUSTIFICATION: This requirement is for the acquisition of Cisco devices, internal device modules, and Cisco maintenance and support for the items. These Cisco devices will support already installed CISCO equipment. The Cisco devices will be installed into existing Cisco devices; they are required for Form, Fit, and Function: maintenance and support is required for these components; other maintenance providers do not have access to Cisco?s proprietary parts, firmware, and software. All CLINs are for CISCO BRAND NAME ONLY. Only Authorized Cisco Resellers that are recognized by Cisco to sell their product will be considered. Please provide earliest ship dates. All offerors must submit, with their quote, written documentation from CISCO showing that offeror is authorized to provide all items to NOAA. Quotes submitted without this documentation will not be evaluated and considered for award. Refurbished items are not acceptable for this requirement. All boxes must be sealed and unopened. Delivery is FOB Destination to addresses identified with CLINs on this synopsis/solicitation. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made on an all-or-none basis with only one award made to the lowest price offeror who meets the requirement for all line items. Offerors are required to submit a complete copy of FAR 52.212-3, Offeror Representations and Certification, Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, Commercial Items, applies to this acquisition, with the following clauses: 52.222-3, Convict Labor; 52.222.19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35m Affirmative Action for Special Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration www.ccr.gov before award can be made. In accordance with FAR 12.603(a)(3) (iii) Offers are due to the following email address no later than 12:00 p.m., Eastern Daylight Time (EDT), 24 August 2007. REQUEST OPEN MARKET PRICING. AWARD WILL BE BASED ON OPEN MARKET PRICING (FOR ALL ITEMS) ONLY. IF ALL ITEMS ARE NOT BASED ON OPEN MARKET PRICING YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. All responsible sources may submit a response to Sarika N. McCoy via email sarika.mccoy@noaa.gov or via facsimile, (301) 713-4155. NO TELEPHONE RESPONSES WILL BE ACCEPTED.
- Place of Performance
- Address: 1315 EAST WEST HIGHWAY, SILVER SPRING,MD
- Zip Code: 20910
- Country: UNITED STATES
- Zip Code: 20910
- Record
- SN01374642-W 20070818/070816220541 (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 |