Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2009 FBO #2871
SOLICITATION NOTICE

D -- Cisco-Branded Smartnet Support Subscription Services

Notice Date
10/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010410QQ075
 
Response Due
10/7/2009
 
Archive Date
10/31/2009
 
Point of Contact
Terri Baxter (717) 605-2003 Cisco POC for Quotes:
 
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 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Naval Inventory Control Point (NAVICP), Mechanicsburg, PA has a requirement to acquire Cisco-Branded SMARTnet Support Subscription Services. The statutory authority for pursuing this action on a sole source (brand name) basis is under simplified acquisition procedures under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996) - FAR Subpart 13.5. Solicitation N00104-10-Q-Q075 is issued as a Request for Quotation (RFQ). This is a competitive brand name acquisition that is 100% set-aside for small businesses that are also Cisco Certified Gold Level Partners for Cisco-Branded Smartnet Support Subscription Services. The North American Industry Classification Systems (NAICS) code for this requirement is 334210 with a size standard of 1,000 employees. All offers shall include proof that your firm is a Cisco Certified Gold Level Partner for the required Cisco-Branded Smartnet Support Subscription Services. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circulars 2005-36 (Effective 10 Sep 09) and Class deviation 12009-O0011. Delivery is required FOB Destination. A firm fixed price purchase order will be issued. The requirement includes a base year and two one-year options for each item. The requirement and ship to locations are identified in Attachment 1 and is how the resulting order will be formatted. Attachment 2 provides the details of the underlying Cisco equipment for each ship to location and must be filled-in completely to support the pricing being offered in Attachment 1. All items must be quoted on both attachments or your offer will be determined unacceptable. Pricing shall be submitted on a Firm Fixed Price (FFP) basis for all products cited on Attachments 1 and 2. (NOTE: All prices must be quoted as whole numbers to 2 decimal points only). Offerors shall complete and submit both Attachments 1 and 2 in the format provided. Note that Attachment 2 contains 7 tabs and each tab must be completed, where indicated, in their entirety. The following clauses apply to the options for increased quantity (2001:3001, 2002:3002, 2003:3003, 2004:3004, 2005:3005, 2006:3006, 2007:3007, 2008:3008, and 2009:3009). Shipment is not authorized for these items unless a fully funded modification is issued by the Contracting Officer to exercise the option. (See RFQ Attachment 1 for full clause text and any additional terms and conditions). 52.217-5 - Evaluation of Options (Jul 1990)52.217-7 - Option for Increased Quantity - Separately Priced Line Item (Mar 1989) Evaluation Criteria: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. All items must be quoted. Award will be made based on lowest total overall price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation provides the most advantageous price to the Government. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circulars 2005-36 (Effective 10 Sep 09) and Class deviation 12009-O0011. A completed copy of FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items shall be provided with the quotation, unless offeror advises that they have completed the provisions electronically as part of its annual representations and certifications at https://orca.bpn.gov. The following FAR and DFARS provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference: - FAR 52.212-1, Instructions to Offerors - Commercial Items - FAR 52.212-4, Contract Terms and Conditions- Commercial Items - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1, 52.219-6 Alt 1, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.222-39, 52.222-50, 52.225-13, 52.232-33 and 52.239-1. - DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clause 252.212-7001 further incorporates the following clauses/provisions: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, and 252.247-7023, and 252.247-7024. - DFARS 252.204-7004 Alt A, Required Central Contractor Registration - DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country - DFARS 252.232-7010 Levies on Contract Payments - DFARS 252.246-7003 Notification of Potential Safety Issues The Sole Source (Brand name) Justification is shown in Attachment 3. Responses to this synopsis must be received no later than 11:00 A.M. eastern time on Wednesday, October 7, 2009 and shall be sent via email to terri.baxter@navy.mil. Questions should be directed to Terri Baxter via email or by calling 717-605-2003. NOTE: Your Cisco Point of Contact (POC) for this requirement is Fred Retener, Email: nretener@cisco.com, Phone: (408) 525-9767. Please reference Cisco Quote Number 1037142 when requesting pricing information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010410QQ075/listing.html)
 
Record
SN01979173-W 20091004/091002235317-ad54f76a9d9b69ba701ef63827e36c62 (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.