Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

70 -- ATO Requirement - 10 TB NVR

Notice Date
8/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-15-T-6804
 
Response Due
8/14/2015
 
Archive Date
9/13/2015
 
Point of Contact
Point of Contact - Gerald M Burch, Contract Specialist, 619-553-4360; BELINDA SANTOS, Contracting Officer, 619-553-4502
 
E-Mail Address
Contract Specialist
(gerald.burch@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 N66001-15-T-6804. This requirement is set-aside for small businesses, NAICS code is 334118 and the size standard is 1000 employees. This solicitation is for "Brand Name", and will be awarded "ALL or NONE". **NOTE: CISCO EQUIPMENT** Vendors submitting quotes "MUST" include CISCO'S "Letter of Partnership" reflecting their partner status, or that of their supply channel source. **The effective date "MUST Be "LESS" than 1 year old. **QUOTES WITHOUT THE REQUIRED CERTIFICATION DOCUMENT WILL "NOT" BE CONSIDERED** Note: UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003, Item Identification & Valuation. If there is a cost for the UID Label, please quote a separate line item. MFR P/N DESCRIPTION QTY HID VertX EVO V2000 Dual Door controller 21.00 Bridqepoint 74-01-4003 Dual Factor Card Reader 37.00 Cisco WS-C3560CG-8TC-S 8 Port Switch 5.00 Cisco RCKMNT-19-CMPCT Rack Mountinq Kit for 8 port Cisco Switch 5.00 Cisco GLC-LH-SMD SM/MM SFP Module 8.00 Cisco 2960S-24PS-L 24 Port POE Gioabit with 4 SFP Ports 1.00 Avioilon NVR 10 TB 10 TB NVR 1.00 Aviailon 16C-HD-NVMS-ENT 16 Channel License 1.00 Axis 07436 Video Encoder Blade 3.00 Axis 291 1U 1U Video Server rack 1.00 Dell R220 Rack Mount Server 2.00 Dell T320 Dektop Server 2.00 Dell T5810 ACS/CCTV Workstation 3.00 Dell U2412M 24" Monitors 4.00 APC AP7900 Programmable Power Distribution Unit 2.00 APC SMX3000RMLV2U APC Smart-UPS, 2700 Watts/3000 VA 1.00 APC SMT750 APC Smart-UPS 750 LCD 3.00 Avocent ECS17KMM16 17" LCD Console Rack Mount KVM 1.00 Avocent AVRIQ-USB connection cables for ECS17KMM-16 5.00 HES 8000C HES Electric Strike Complete PAC 12/24 VDC 15.00 Altronix AL600ULACM Power Sunnlv 12/24 VDC 8 Outputs 10.00 Altronix AL 1012ULXPD16 Power Supplv 12 VDC 16 Outputs 3.00 DMP XR500EAG Encrypted Command Processor Panel 8.00 DMP SCS-1R (with 104) DMP Network Enabled Receiver 1.00 DMP SCS-104 DMP Receiver Line Card 1.00 DMP 7070N-W DMP Kevnad 10.00 EnerSvs NP7-12 Battery Backup 7.00 DMP 714-16 16 Zone Expander 5.00 ATW Doberman Siren and Strobe 10.00 Diai-Port PortServer TS 4 (Part # 70002045) Serial to Ethernet Adapter 1.00 GE 2707A-L High Securitv Contacts 33.00 GE AP669 360 Ceilin Mount 10.00 GE 6550U Sharpshooter PIR 40.00 UID Label/s: (if not included in price) QTY: Shipping Charge: (if not included in price) QTY: 1 Lot IF THERE IS A SEPARATE SHIPPING COST (NOT INLUDED IN PRICE) AND (NOT A FIRM FIXED PRICE LESS THEN $100.00) SUPPORTING DOCUMENMTATION WILL BE REQUIRED SUBSTANTIATING SHIPPING COST. **NOTE: CISCO EQUIPMENT** Vendors submitting quotes "MUST" include CISCO'S "Letter of Partnership" reflecting their partner status, or that of their supply channel source. **The effective date "MUST Be "LESS" than 1 year old. **QUOTES WITHOUT THE REQUIRED CERTIFICATION DOCUMENT WILL "NOT" BE CONSIDERED** Note: UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003, Item Identification & Valuation. If there is a cost for the UID Label, please quote a separate line item. To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (T AA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, T AA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. FAR 52.252-2 (http://farsite.hill.af.mil) DFARS 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013) DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-83 (08/03/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), 26 Jun 2015. 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 DFARS 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, 52.219-6, Notice of Total Small Business Set- Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation 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), 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), 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements, 2012-00007 Class Deviation- Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS 252.204-7000 (Disclosure of Information), DFARS 252.204-7012 (Safeguarding of Unclassified Controlled Technical Information). DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015- O0010) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015- O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) To respond to this announcement, you must be registered to the SPAWAR E- Commerce website at https://e-commerce.sscno.nmci.navy.mil and upload your inquiry under SSC Pacific/Simplified Acquisitions/N66001-15-T-6804 This RFQ closes on 14 Aug 2015 2015, at 4:00 PM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-15-T-6803. The point of contact for this solicitation is Gerald Burch, gerald.burch@navy.mil Please include RFQ N66001-15-T-6804 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/bee429b541282350de46d5fc911768eb)
 
Record
SN03826451-W 20150808/150806234912-bee429b541282350de46d5fc911768eb (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.