SOLICITATION NOTICE
70 -- Cisco Hardware Equipment
- Notice Date
- 4/19/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-16-T-8026
- Response Due
- 4/22/2016
- Archive Date
- 5/22/2016
- Point of Contact
- Point of Contact - Rebeca M Holguin, Contract Specialist, 619-553-0901; Dorothy J Powell, Contracting Officer, 619-553-4455
- E-Mail Address
-
Contract Specialist
(rebeca.holguin@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 the only solicitation. Competitive quotes are being requested under N66001-16-T-8026. This requirement is set-aside for small business, NAICS code is 334210 and business size standard is 1,250 employees. See attached list of items. Quote Brand NameDo Not Substitute Quote MUST include ALL ITEMS The statement below applies to all CLINS "To be considered for award, the offeror certifies that the product being offered is an original, new and Trade Agreements Act (TAA) 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 U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA 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 U.S., or that the product is in some manner not TAA compliant." 0001 0036 See attached list of items 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 RFQ closes on April 22, 2016 at 03:00 PM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T-8026 PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. Please include the following: a. CAGE Code b. DUNS c. Business Size 3. Please include RFQ N66001-16-T-8018 on all inquiries. 4. Preferred method of shipment: FOB Destination. Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 The point of contact for this solicitation is Rebeca Holguin at rebeca.holguin@navy.mil. Please include RFQ N66001-16-T-8026 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. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-86 (03/07/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), February 26, 2016. 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. DFARS 252.204-7000- Disclosure of Information; 252,204-7012-Safeguarding of Unclassified Controlled Technical Information; 252.203-7998-Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsRepresentation; 252.203-7999- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation; 252.211-7003-Item Identification & Valuation FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.204-2 Security Requirements, 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), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers. CLIN ITEMS DESCRIPTION MFC QTY 0001 CISC02951-SEC/K9 Cisco 295 l Security Bundle w/SEC license PAK CISCO 1 0002 MEM-2951 -512U2GB 512MB to 2GB DRAM Upgrade (I 2GB DIMM) for Cisco 2951 JSR CISCO 1 0003 MEM-CF-256U4GB 256MB to 4GB Compact Flash Upgrade for Cisco 1900,2900,3900 CISCO 1 0004 PWR-2921-51-POE To Include: Cisco 2921/2951 AC Power Supply with Power Over Ethernet CISCO 1 CAB-AC AC Power Cord (North America), C13, NEMA 5-15P, 2.lm CISCO 1 HWIC-BLANK Blank faceplate for ITWIC slot on Cisco ISR CISCO 4 ISR-CCP-EXP Cisco Config Pro Express on Router Flash CISCO 1 SL-29-lPl3-K9 IP Base License for Cisco 2901-2951 CISCO 1 SL-29-SEC-K9 Security License for Cisco 2901-2951 CISCO 1 S2951UK9-1530.3M Cisco 2951 IOS UNIVERSAL CISCO 1 0005 SM-D-ES3G-48-P Enhcd EthcrSwitch, L2/L3, SM, 48 GE, 2 SFP, POE CISCO 1 0006 SL-ES3G-24-48-IPS IP Services License Upgrade 24/48 Port GE ES3 EtherSwitch CISCO 1 0007 CISC02951-SEC/K9 Cisco 295 l Security Bundle w/SEC license PAK CISCO 1 0008 MEM-2951-512U2GB 512MB to 2GD DRAM Upgrade (l 2GB DIMM) for Cisco 2951 ISR CISCO 1 0009 MEM-CF-256U4GD 256MB to 4GB Compact Flash Upgrade For Cisco 1900, 2900, 3900 CISCO 1 0010 PWR-2921-51-POE To Include: Cisco 2921/2951 AC Power Supply with power over Ethernet. CISCO 1 CAB-AC AC Power Cord (North America), C13, NEMA 5-15P, 2.lm CISCO 1 SM-S-BLANK Removable faceplate for SM slot on Cisco 2900, 3900, 4400 ISR CISCO 2 HWIC-BLANK Blank Faceplate HWIC slot on Cisco ISR CISCO 2 ISR-CCP-EXP Cisco Config pro express on routher flash CISCO 1 SL-29-IPB-K9 IP Base License for Cisco 2901-2951 CISCO 1 SL-29-SEC-K9 Security License for Cisco 2901-2951 CISCO 1 S295I UK9-15303M Cisco 2951 IOS UNIVERSAL CISCO 1 0011 EHWIC-D-8ESG-P Eight port 10/ 100/ 1000 Ethernet switch interface card w/ POE CISCO 1 0012 CISC0295 l-SEC/K9 Cisco 2951 Security Bundle w/SEC license PAK CISCO 1 0013 MEM-295l-512U2GB 512MB to 2GD DRAM Upgrade (l 2GB DIMM) for Cisco 2951 ISR CISCO 1 0014 MEM-CF-256U4GD To Include: 256MB to 4GB Compact Flash Upgrade for Cisco 1900,2900,3900 CISCO 1 PWR-2921-51-A C Cisco 292 112951 AC Power Supply CISCO 1 CAB-AC AC Power Cord (North America), Cl3, NEMA 5-15P, 2.lm CISCO 1 HWIC-BLANK Blank faceplate for HWIC slot on Cisco ISR CISCO 4 ISR-CCP-EXP Cisco Config Pro Express on Router Flash CISCO 1 SL-29-IPB-K9 IP Base License for Cisco 2901-2951 CISCO 1 SL-29-SEC-K9 Security License for Cisco 2901-2951 CISCO 1 S2951UK9-1503M Cisco 2951 IOS Universal CISCO 1 0015 SM-D-ES3G-48-P Enhcd EtherSwitch, L2/L3, SM, 48 GE, 2 SFP, POE CISCO 1 0016 SL-ES3G-24-48-lPS IP Services License Upgrdde 24/48 Port GE ES3 EtherSwitch CISCO 1
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7fd4e5997498fd0b9b7f5ad3f073fb80)
- Record
- SN04088641-W 20160421/160419234613-7fd4e5997498fd0b9b7f5ad3f073fb80 (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 |