SOLICITATION NOTICE
D -- Cisco Smartnet Support Services - Attachments
- Notice Date
- 6/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4707-10-Q-0058
- Archive Date
- 7/6/2010
- Point of Contact
- David Stemple,
- E-Mail Address
-
david.stemple@dla.mil
(david.stemple@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Redacted J&A Appendix A Performance Work Statement Defense Logistics Agency has a requirement for CISCO SMARTnet Technical Support Services. This is issued as a Request for Quotation (RFQ) # SP4707-10-Q-0058. Inspection, acceptance, performance, and other terms are identified in the attached Performance Work Statement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular # 2005-41. A redacted copy of the required brand-name justification is included with this announcement. This acquisition is unrestricted and the associated NAICS code is 541511 with a SBA size standard of $25,000,000 in average annual receipts. Offerors shall provide a price for each serial number listed in the attached Inventory List (see Appendix A) and provide a total price for CLIN 001. Quotes with quantities of less than requested or products other than those requested will be deemed technically unacceptable. CLIN Descriptions: (SEE ATTACHED PERFORMANCE WORK STATEMENT) CLIN 001: CISCO SMARTnet Service Renewal, (see Appendix A for listing of covered products and their respective serial numbers along with the Performance Work Statement). Agency needs dictate that interested offerors must be in compliance with attached Performance Work Statement and the following additional requirements to be considered technically acceptable. Failure to comply with any of the following requirements will result in removal from consideration. Only the original equipment manufacturer (CISCO) or CISCO-authorized and certified partners are eligible to be considered technically acceptable. Offerors shall certify that they are an Authorized Channel as of the date of the submission of their response. Further, offerors shall provide documentation supporting their certification and specialization level required by CISCO to support the product sale. By submitting a response to this solicitation the vendor certifies to source all CISCO products directly from CISCO or through CISCO Authorized Channels only, in accordance with all applicable laws and current, applicable CISCO policies. Successful offeror shall provide the buyer with a copy of the End User License Agreement, and shall warrant that all CISCO components are licensed originally to the buyer as the original licensee. Only new equipment is being solicited. Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. Trade-in or exchange of old equipment is not available. The sole evaluation factor for award is; lowest-price, technically acceptable. The Government intends to evaluate proposals and make award without discussions. Any resulting contract or order will be firm-fixed price. Wide Area Work Flow (WAWF) shall not apply to this acquisition. Please place “SP4707-10-Q-0058” in the subject field of any e-mail correspondence. Questions regarding this RFQ are due by 6/14/10. at 12:00 p.m. EST. Answers will be posted to this announcement. Responses are due by 6/22/2010 at 12: 00 p.m. EST. Include your Cage code with your quote. Questions and/or quotations may be submitted by e-mail to David Stemple, the primary point of contact for this announcement, at david.stemple@dla.mil, or by FAX: (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Personal Identity Verification of Contractor Personnel – FAR 52.204-9 Instructions to Offerors -- Commercial Items (Jun 2009) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (Aug 2009) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Mar 2009) -- FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sept 2009) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1)52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) In paragraph (b) the following clauses apply: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). ___ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). ___ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). ___ (38) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). In paragraph (c) the following clauses apply: ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). Offeror Representations and Certifications--Commercial Items (July 2009) DFARS 252.212-7000 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) -- DFARS 252.212.7001 In paragraph (a) the following clauses apply: ____ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). In paragraph (b) the following clauses apply: (1) ____ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181)..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1d11db450d1c8591fcd39d0ad6a03841)
- Place of Performance
- Address: HDI Federal Center, 74 Washington Ave. North, Battle Creek, Michigan, 49037, United States
- Zip Code: 49037
- Zip Code: 49037
- Record
- SN02170522-W 20100609/100607235119-1d11db450d1c8591fcd39d0ad6a03841 (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 |