MODIFICATION
70 -- URGENT RFQ IOPLEX
- Notice Date
- 8/15/2014
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-14-T-6702
- Response Due
- 8/19/2014
- Archive Date
- 9/18/2014
- Point of Contact
- Point of Contact - DANILO B IBARRA, Contract Specialist, 619-553-1154; BELINDA SANTOS, Contracting Officer, 619-553-4502
- E-Mail Address
-
Contract Specialist
(danilo.ibarra@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 0001 EFFECTIVE DATE 15 AUGUST, 2014. 1. The purpose of this amendment is to extend the RFQ end-date to 19 August, 2014, 10:00 AM PST. 2. All other terms and conditions remain unchanged. ************************************************************* This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-14-T-6702. This requirement is set-aside for small businesses - Brand Name ONLY, NAICS code is 511210 and the size standard is $25 Million. Item# 0001. IOPLEX NON-REDUNDANT COMMON EQUIPMENT-2U CHASSIS, 19-IN RACKMOUNT, CPU, POWER SUPPLY, CLOCK CARD, FAN ASSEMBLY, BLANK PANELS, INSTALLATION KIT, DOCUMENTATION CD P/N: IOP-100 QTY: 2 EA COST: Item# 0002. OC-3 AND SERIAL 1/O ATM PROCESSOR MODULE WITH 1-PORT P/N: IOP-A0853 QTY: 2 EA Cost: Item# 0003. SFP-MULTI-MODE FIBER OPTIC MODULE FOR OC-3 (1310NM-2KM) P/N: IOP-0855 QTY: 2 EA Cost: Item# 0004. SERIAL I/O MODULE-8-PORT ECL 55 MBPS/PORT P/N: IOP-A0706 QTY: 2 EA Cost: Item# 0005. SERIAL I/O MODULE-4-PORT 20 MBPS/PORT P/N: IOP-A0703 QTY: 2 EA Cost: Item# 0006. CABLE, SERIAL I/O MALE DTE TO SMART SERIAL RS-530, 10 FOOT P/N: IOP-CBL0102 QTY: 4 EA Cost: Item# 0007. GIGABIT ETHERNET MODULE-1-PORT P/N: IOP-A0600 QTY: 2 EA Cost: Item# 0008. CPU AND SOFTWARE (REDUNDANT) P/N: IOP-A0500 QTY: 2 EA Cost: Item# 0009. 110/220 VAC POWER SUPPLY (REDUNDANT) P/N: IOP-A0200 QTY: 2 EA Cost: Item# 0010. IOPLEX REDUNDANT COMMON EQUIPMENT-2U CHASSIS, 19-INCH RACKMOUNT, DUAL CPU, DUAL 110/220 VAC POWER SUPPLIES, CLOCK CARD, FAN ASSEMBLY, BLANK PANELS, INSTALLATION KIT, DOCUMENTATION CD P/N: IOP-1010 QTY: 1 EA Cost: Item# 0011. OC-3C/OC-12 ATM MODULE WITH 4 PORTS P/N: 1OP-A0857 QTY: 6 EA Cost: Item# 0012. OC-3 AND SERIAL I/O ATM PROCESSOR MODULE WITH 1-PORT P/N: IOP-A0853 QTY: 1 EA Cost: Item# 0013. OC-3 AND SERIAL 1/O ATM PROCESSOR MODULE WITH 1-PORT P/N: IOP-A0853 QTY: 2 EA Cost: Item# 0013. SFP-MULTI MODE FIBER OPTIC MODULE FOR OC-3 (1310NM-2KM) P/N: IOP-A0855 QTY: 25 EA Cost: Item# 0014. GIGABIT ETHERNET MODULE 1-PORT P/N: IOP-A0600 QTY: 1 EA Cost: Item# 0015. SFP-MULTI MODE FIBER OPTIC MODULE FOR GBIT ETHERNET (850NM- 500M) P/N: IOP-A0602 QTY: 3 EA Cost: Item# 0016. SERIAL I/O MODULE 8-PORT ECL 55MBPS/PORT P/N: IOP-A0706 QTY: 1 EA Cost: Item# 0017. SERIAL I/O MODULE 4-PORT MBPS/PORT P/N: IOP-A0703 QTY: 1 EA Cost: Item# 0018. CABLE, SERIAL I/O, MALE DTE TO SMART SERIAL RS-530, 10 FOOT P/N: IOP- CABL0102 QTY: 8 EA Cost: Delivery Address: 4297 PACIFIC HIGHWAY, BUILDING OT-7 SAN DIEGO, CA. 92110 Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2005-76, Effective 25 July, 2014) and Defense Federal Acquisition Regulation Supplement (DFARS), 20140805 (Effective 05 August 2014). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. This RFQ closes on August 15, 2014 at 10:00 AM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://ecommerce. sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-14-T-6702. The point of contact for this solicitation is Danilo Ibarra at danilo.ibarra@navy.mil. Please include RFQ N66001-14-T-6702 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b874750c6a1b4b3b664947ae4c006d74)
- Record
- SN03467785-W 20140817/140816000638-b874750c6a1b4b3b664947ae4c006d74 (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 |