SOLICITATION NOTICE
70 -- Cisco/Tandberg VTC Equipment.
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- N00104 NAVSUP Weapon Systems Support Mechanicsburg PA NAVSUP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
- ZIP Code
- 00000
- Solicitation Number
- N0010412QQ958
- Response Due
- 9/17/2012
- Archive Date
- 10/2/2012
- Point of Contact
- DEBORAH THOMAN 717-605-3522
- Small Business Set-Aside
- N/A
- Description
- In order to be considered for award you shall provide your Cisco Authorized Reseller Letter with your quote submission. A distributor ™s reseller letter will not suffice. PLEASE MAKE SURE YOUR CISCO AUTHORIZED RESELLER LETTER IS PROVIDED WITH YOUR QUOTE SUBMISSION. This acquisition is being issued in accordance with FAR Part 13, Simplified Acquisition Procedures. 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; quotes are being requested and a written solicitation will not be issued. Solicitation N00104-12-Q-Q958 is issued as a Request for Quote (RFQ). This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60. This is a Cisco Brand Name Acquisition in order to participate you must be an authorized Cisco reseller and provide your reseller letter with your quote submission. The North American Industrial Classification System number is 334310 and the Size Standard is 1,000. This RFQ is issued on an unrestricted basis. Award will be Firm-Fixed Price (FFP) and the award will be made on the basis of Low Price Technical Acceptability. The Ship To is the Naval Criminal Investigative Service (NCIS) located in Quantico, VA 22134. FOB destination is applicable. The vendor shall quote ALL items to be eligible for award. The Cisco Hardware must be in new, unused condition and the packaging seal unbroken. Refurbished material is not acceptable. Please see attached requirements page for the description of hardware, part numbers and quantities. Please use this as a pricing tool. The Brand Name Justifications is defined on the same page. Vendor quotes are due by 5:00 P.M, Eastern, Monday, 17 Sep 2012, and shall be valid for 30 days. The Point of Contact for this requirement is Deborah Thoman; 717-605-3522; Deborah.Thoman@navy.mil The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items (a) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I ( 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 (Aug 2012), (a), (b), (d) and (e). This clause will be incorporated by full text in the resultant order. 52.204-7, Required Central Contractor Registration 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.247-34, F.O.B.-Destination DFARS Clause 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012), (a), (b) and (c). This clause will be incorporated by full text in the resultant order. DFARS Clause 252.232-7003 “ Electronic Submission of Payment Requests and Receiving Reports “ Mar 2008 - is hereby incorporated by reference. DFARS Clause 252.232-7006 “ Wide Area WorkFlow Payment Instructions (Jun 2012) - is hereby incorporated by reference and will incorporated by full text in the resultant order. This requirement is in compliance with Section 508. PAPERLESS CONTRACTING ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARE CONSIDERED TO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. (IA17FN) 52.232-99D PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION 2012-O0014) (AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a). Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b). Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c). The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (HA06LN) NAVSUPWSSHA06 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR/RELEASE OF OFFEROR INFORMATION (MAY 2012) NOTE: THIS CLAUSE DOES NOT APPLY TO ANY CONTRACTUAL DOCUMENTS ISSUED BY THE DLA ACTIVITIES IDENTIFIED BY DODAAC SPRMM1 OR SPRPA1 NAVSUP Weapon Systems Support (NAVSUP WSS) may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government ™s AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (see contact information below). The support contractor must provide copies of the executed agreements to the Contracting Officer (PCO) and the Contracting Officer ™s Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the PCO for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP WSS contract. Company: AbilityOne Program Name: Karen Burns Telephone Number: 1-703-310-0462 E-Mail Address: kburns@nib.org
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010412QQ958/listing.html)
- Record
- SN02882753-W 20120915/120914002730-4f0c3588f22076c4b276d32cce0c07eb (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 |