SOLICITATION NOTICE
99 -- CISCO AIR-LAP, WIRELESS ACCESS POINTS, CISCO POE CARDS, WSC LICENSE
- Notice Date
- 8/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018909T0468
- Response Due
- 8/20/2009
- Archive Date
- 9/4/2009
- Point of Contact
- Yvonne Copeland 757-443-1365 JILL KREKEL757-443-1219
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is _N00189-09-T-0468_. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-_33__ and DFARS Change Notice 200_90115_. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is _334220__ and the Small Business Standard is _750_. The proposed contract is 100% set aside for small business concerns. FISC Norfolk requests responses from qualified sources capable of providing brand name only on the following item(s): The brand name, CISCO Systems product(s) are: QTY-1 WCS-PLUS-UPG-K9; QTY-1 WCS-PLUS-UPG-50 WCS Upgrade License 50 APS; QTY-1 CON-SAU-WCSPUK9; QTY-1 CON-SAU-WCSPU50 Software License; QTY-1 WSC-STANDARD-K9 Top Level SKU for AP Capacity options; QTY-1 WCS-PLUS-100; QTY-1 CON-SAU-WCSSTDK9; QTY-1 CON-SAU-WCSP100 SW APP Support + UPGR WCS with Plus; QTY-70 AIR-LAP1252AG-A-K9 802.11A/G/N WAPS; QTY-210 AIR-ANT2422DG-R 204-GHz Antenna; QTY-210 AIR-ANT5135DG-R 5-GHz Antenna; QTY-70 AIR-NO-PWR-SUPPLY; QTY-70 S125RK9W-12410JA; QTY-6 WS-X4548-RJ45V+=Catalyst 4500 POE+10/100/1000 cards; QTY-30 AIR-PWRINJ4=Power Injectors 1250 Series; QTY-30 AIR-PWR-CORD-NABrand Name is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name products. Delivery will be no later than estimation 24 September 2009, quote should indicate FOB: Origin or destination, if destination applies location is Annapolis, MD 21402-5045. Offerors shall provide its delivery schedule; Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (OCT 2003);52.211-6 Brand Name;52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C.644)52.219-28 Post Award Small Business Program Rerepresentation;52.222-3 Convict Labor;552.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities;52.222-26 Equal Opportunity52.222-50 Combating Trafficking in Persons 52.215-5 Facsimile Proposals;Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252-204-7004 Alt A DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items includingDFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments;DFARS 5252.NS-046P Prospective Contractor Responsibility; This announcement will close at _1400_ on _20 August 2009_. Contact _Yvonne Copeland_ who can be reached at _(757)_443-1365_ or email _yvonne.copeland@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018909T0468/listing.html)
- Record
- SN01907287-W 20090813/090812000817-6b26cb902ee3b423b651dbb6e843d1f8 (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 |