Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2010 FBO #3038
SOLICITATION NOTICE

D -- nGenius InfiniStream Data Capture Tools

Notice Date
3/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
M68909 MARINE CORPS TACTICAL SYSTEMS SUPPORT ACTIVITY Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
M6890910Q1026
 
Response Due
3/26/2010
 
Archive Date
4/26/2010
 
Point of Contact
Jon Aaron 760-725-2295
 
E-Mail Address
Contract Specialist
(jon.d.aaron@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for nGenius InfiniStream Data Capture Tools - M68909-10-Q-1026 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under FAR Subpart 12.6 - "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," and in accordance with simplified acquisition procedures under FAR Subpart 13.5 - "Test Program for Certain Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. Solicitation number M68909-10-Q-1026 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and Defense Federal Acquisition Regulations Supplement Change Notice 20100315. NAICS Code 423430 applies with a size limit of 100 personnel. This is a total small business (SB) set-aside procurement on a firm fixed-price basis (FAR 52.219-6). All responsible sources may submit a quotation which, if timely received, will be considered by the Agency. The procurement is for the purchase and installation of brand-name or technically equivalent 'nGenius InfiniStream Data Capture Tools.' The contractor may provide a quotation on any equivalent manufacture and model. The required items solicited for quotation are as follows: CLIN 0001: Gigabit TX SFP connectors- part # 321-0434- Qty 36 ea. CLIN 0002: nGenius InfiniStream, 8-Port Gigabit Configurable Appliance, 2TB- NETSCOUT part # 6980/LS- Qty 2 ea. CLIN 0003: nGenius InfiniStream, 8-Port Gigabit Configurable, 2TB Appliance Maintenance- NETSCOUT part # 6980/LS SUPP-MSTC for a period of 1 year; beginning 3/31/10 through 3/30/11- Qty 2 ea. CLIN 0004: nGenius InfiniStream, 4-Port Gigabit Configurable Appliance, 2TB- NETSCOUT part # 6910/LS- Qty 5 ea. CLIN 0005: nGenius InfiniStream, 4-Port Gigabit Configurable, 2TB Appliance Maintenance- NETSCOUT part # 6910/LS SUPP-MSTC for a period of 1 year; beginning 3/31/10 through 3/30/11- Qty 5 ea. CLIN 0006: nGenius Performance Manager Enterprise Appliance- NETSCOUT part # 5508W-ENT- Qty 1 ea. CLIN 0007: nGenius Performance Manager Enterprise Appliance Maintenance- NETSCOUT part # 5508W-ENT SUPP-MSTC for a period of 1 year; beginning 3/31/10 through 3/30/11- Qty 1 ea. CLIN 0008: Installation & Consulting- Qty 5 ea. Quotations shall also clearly state, at a minimum, the following information: (1) The manufacturer, part number, and material condition of the equipment or supply quoted. Technically equivalent product quotations shall include descriptive OEM literature, pictures, diagrams, and parameter data. The Government will not consider quotations based on used or refurbished equipment. Equipment quoted must be direct from the manufacturer and not a third-party supplier. (2) Delivery Date after receipt of offer (ARO). (3) F.O.B. Destination (FAR 52.247-34) preferred. The Government will consider quotations based on F.O.B. Origin only after a mutual agreement of the parties has been negotiated. Unit pricing containing all related shipping costs is preferred. (4) Open Market or GSA Federal Supply Schedule (FSS) pricing. Quotations should state "open market" or should reference the applicable GSA/FSS number. The Government reserves the right to use a non-DoD contract (GSA FSSs) if the supply schedule is in the best interest of the Government. (5) The standard warranty period of performance. The contractor shall extend to the Government no less than any standard commercial warranty normally offered in a similar commercial sale. The warranty period shall commence upon final acceptance of the product by the Government. All applicable warranties shall be addressed in the quotation. (6) Expiration date of quoted and submitted prices. The Government will not consider quotes with an expiration date of less than one (1) month from the date of submittal. (7) Contractor's Federal Tax I.D., CAGE code, and DUNS number. (8) Payment Terms will be Net 30 unless stated differently on the quote. The following FAR provisions are incorporated by reference and apply to this acquisition if quoting open market items: 52.211-6;52.212-1;52.212-2, with the following significant evaluation factors in priority order:a) price,b) technical,c) delivery;52.212-3 [Alt I], the vendor must complete and return with quotation if not registered in ORCA; 52.212-4; 52.212-5, with the following provisions under paragraph (b) incorporated by reference: 52.203-3,52.203-6,52.219-4,52.219-6,52.219-8,52.219-9,52.219-14,52.219-28,52.222-3, 52.222-19,52.222-21,52.222-26,52.222-35,52.222-36,52.222-37,52.222-39,52.223-15, and52.232-33;52.247-34; and52.252-2. The following DFARS provisions are incorporated by reference and apply to this acquisition if quoting open market items: 252.203-7000;252.203-7002;252.204-7004, Alt I;252.212-7001, with the following clauses under paragraph (b) incorporated by reference: 252.212-7000,252.225-7012,252.225-7021,252.225-7036,252.232-7003,252.243-7002, and252.247-7023;252.225-7002; and252.225-7035. The following USMC provision is incorporated by reference and applies to this acquisition: USMC Wide Area Workflow (WAWF) Implementation. By responding to this Quotation, the Offeror agrees to submit invoices via WAWF in accordance with DFARS 252.232-7003. The full text of clauses and provisions incorporated by reference may be obtained at the following addresses in accordance with FAR 52.252-2: http://www.arnet.gov/aar/, http://www.acq.osd.mil/dp/dars/dfars.html, http://web1.deskbook.osd.mil/default.asp, http://farsite.hill.af.mil. Contractor(s) shall complete the Certifications and Representations via ORCA at the following address in accordance with FAR 52.212-3: http://orca.bpn.gov. Quotations and the completed Certifications and Representations are due to the MCTSSA Contracts Office, Box 555171, Camp Pendleton, CA 92055-5171 no later than 3:30 pm Pacific Time on March 26, 2010. The Government Point of Contact (POC) for submitting your quote or for other information regarding this solicitation is Jon Aaron at (760) 725-2295, fax (760) 725-2514, or Email jon.d.aaron@usmc.mil or sandra.ingram@usmc.mil. Numbered note #1 applies.*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M68909/M6890910Q1026/listing.html)
 
Place of Performance
Address: Marine Corps Tactical Systems Support Activity, Marine Corps Systems Command, Camp Pendleton, CA
Zip Code: 92055
 
Record
SN02095820-W 20100320/100318234613-11d2d60cff4406b93827715cecbc9c21 (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.