SOLICITATION NOTICE
70 -- CISCO SECURITY BUNDLE, CISCO INTERFACE CARD AND CISCO CATALYST SWITCHES
- Notice Date
- 6/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
- ZIP Code
- 00000
- Solicitation Number
- N6660411Q3548
- Response Due
- 7/5/2011
- Archive Date
- 12/5/2011
- Point of Contact
- Debra Dube 401-832-2281
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at https://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 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. Request For Quotation (RFQ) number is N66604-11-Q-3548. NUWC Division Newport intends to purchase the following items: (1) CISCO 2921 Security Bundle w/Secure License Pak 256MB Flash/512MB DRAM, P/N CISCO2921-SEC/K9, 1 each; (2) CISCO 1PORT T1/Fractional T1 DSU/CSU WAN Interface Card ROUT-C CPNT, P/N HWIC-1DSU-T1, 1 each; (3) CISCO Catalyst 3750X 48PORT Data IP Base STK-SW PERP, P/N WS-C3750-24T-S, 3 each; and (4) CISCO Catalyst 3750X 24PORT Data IP Base STK-SW PERP, P/N WS-C3750-24T-S, 3 each. Sole make and model is required because CISCO is compatible and interchangeable with the existing systems network environment. No substitutes are allowed. A firm fixed price type purchase order is anticipated. This requirement is 100% small business set-aside. NAICS Code is 423430. Size Standard is 100 employees. Required delivery is 30 days after award, F.O.B. Destination Naval Station Newport; Newport, RI. IN ORDER TO BE CONSIDERED FOR AWARD, THE VENDOR MUST EITHER BE A PREMIER, SILVER, OR GOLD CERTIFIED CISCO PARTNER. ALL VENDORS ARE REQUIRED TO SUBMIT DOCUMENTATION WITH THEIR OFFER THAT IDENTIFIES CISCO PARTNERSHIP LEVEL. THE VENDORS CISCO PARTNER STATUS WILL BE VERIFIED BY THE GOVERNMENT WITH CISCO BRAND PROTECTION PRIOR TO AWARD. ANY OFFER THAT DOES NOT MEET THIS REQUIREMENT WILL NOT BE CONSIDERED FOR AWARD. The vendor shall warrant that all products are new and in their original Cisco box. The vendor confirms to have sourced all Cisco products provided under this contract directly from Cisco or through Cisco authorized channels only. The vendor shall make the End User (Government) customer clearly known to Cisco so that warranty and service contract information can transfer to the appropriate party. Vendor shall certify prior to award that all Cisco hardware/software to be delivered shall be licensed originally to buyer as the original licensee authorized to use Cisco hardware/ software. Prior to payment authorization, the Government intends to confirm with Cisco Brand Protection that all Cisco hardware/software provided under this contract has been sourced through authorized channels only and that all warranties are transferrable to the Government. The contractor is required to provide all hardware/software serial numbers for the items to be delivered under this contract within seven days after date of award. In the event that the Government determines that the hardware/ software to be delivered are not 1st tier, the Government need not accept delivery. If after award, the hardware/software delivered is determined not to be 1st tier, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by law. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: For those items greater than $5,000 per unit, DFARS Clause 252.211-7003 Item Identification and Valuation is applicable. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offers must be submitted to Commercial Acquisition, Building 11, Naval Undersea Warfare Center Division Newport, Code 11912, Simonpietri Drive, Newport, Rhode Island 02841-1708, faxed to 401-832-4820, or submitted via the NECO Website. Offers must be received by 2:00 p.m. on 5 July 2011. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Ms. Debra Dube at 401-832-2281.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660411Q3548/listing.html)
- Record
- SN02483460-W 20110629/110627235043-4f05aa1f48bfcda7a1ffee46d753b0b0 (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 |