SOLICITATION NOTICE
63 -- Meraki Cloud Equipment and Installation
- Notice Date
- 9/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Pensacola Office 690 San Carlos Road Suite A Pensacola, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883617R0045
- Response Due
- 9/28/2017
- Archive Date
- 12/31/2017
- Point of Contact
- Thomas H. Edwards 850-452-9904 Kathy Thompson: (760) 725-7121, ext 256
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N6883617R0045 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500 employees. This requirement is 100% set aside for small business concerns. Only qualified offerors may submit quotes. FLC Jacksonville/Pensacola requires the following items, Brand Name or Equal, to the following product lines and installation: Please see the attached statement of work and support document containing product line description, and corresponding product numbers. Quote evaluation rating factors will be based on lowest price, technically acceptable. Please provide narrative statements pertaining to the following: Years of experience performing a similar or like task Knowledge of this project by review by comparing your narrative statement on how you will accomplish this project with the Statement of Work. Other information-please provide the following: Customer(s)-more than 1 Location of customer Customer telephone number Customer entity type Waranty Term Contract Type: Firm Fixed Price FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or gray market items. All items must be covered by the manufacturers warranty. No partial shipments are permitted unless specifically authorized at the time of award. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ System for Award Management 52.204-10 Reporting Subcontract Awards. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-2 Evaluation - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ”Commercial Items. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.211-7003 Item Identification and Valuation (AUG 2008) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Buy American Act and Balance of Payments (Oct 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. A site visit shall be made at the following location: Naval Expeditionary Medical Training Institute (NEMTI) Bldg 632044 Cristianitos Rd Camp Pendleton, CA 92055 Point of contacts: Kathy Thompson (760) 725-7121, ext 256 and LT Fabunmi (760) 725-7121, ext 267 Evaluation grading will be based on vendor ™s quotes that demonstrate understanding of the Statement of Work and rating of Pass or Fail. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer, Thomas H. Edwards, (850) 452-9904. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883617R0045/listing.html)
- Place of Performance
- Address: Naval Expeditionary Medical Training Institute
- Zip Code: Bldg 632044 Cristianitos Rd, Camp Pendleton, CA
- Record
- SN04693085-W 20170927/170925231719-cab2c5a86b9a94f029a5d3bc6d5fba71 (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 |