Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOLICITATION NOTICE

D -- Cisco SMARTnet H/W Renewal maintenance

Notice Date
6/28/2011
 
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
N6660411Q3533
 
Response Due
7/5/2011
 
Archive Date
7/20/2011
 
Point of Contact
Jacob L. Walker 401-832-7727
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://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. Note: The Naval Undersea Warfare Center, Division Newport, Rhode Island is accepting quotes or proposals via submission through NECO. 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-3533. NUWC Division Newport intends to Award a 100% Service Disabled Veteran Owned Small Business (SDVOSB),Sole Make and Model for Cisco SMARTnet H/W renewal maintenance. No Substitutions will be accepted. 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. The vendor shall warrant that all products are new and in their original Cisco box or is an original Cisco item. 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 are 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 including excess re-procurement costs. The Cisco SMARTnet H/W renewal maintenance shall include the following requirements: Advanced hardware replacement (next business day);Direct access to cisco.com for IOS updates and software support;Technical assistance online/phone 24 hours a day;and Access to Cisco.com knowledge base and tools. Required delivery is two weeks after award, F.O.B. Destination Naval Station Newport; Newport, RI. Size standard is 100. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. 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: none. 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 or may be faxed to 401-832-4820. Offers must be received by 2:00 p.m. on 07/05/2011. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Mr. Jacob L. Walker at 401-832-7727 or jacob.l.walker@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660411Q3533/listing.html)
 
Record
SN02483911-W 20110630/110628234439-20d1543347aac658e60a5d62a375effb (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.