MODIFICATION
70 -- CISCO Switches and Hardware for LVC Lab at NAWCTSD Orlando, Florida
- Notice Date
- 8/28/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134018R0086
- Response Due
- 8/31/2018
- Archive Date
- 9/28/2018
- Point of Contact
- joseph willdigg 407-380-4423
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0001- This amendment to solicitation N6134018R0086 extends the date for responses to Friday 8/31/2018. A follow-on amendment will be posted to include a revised solicitation parts list, which will require any prospective vendors to a Cisco approved vendor and include a partner certificate with their proposal. 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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Combined synopsis/solicitation N6134018R0086 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2005-99. This procurement is being solicited on the basis of a small business set-aside competition with an associated North American Classification System (NAICS) code of 334210 (Telephone Apparatus Manufacturing) and a single standard of 1000 employees. NAWCTSD has a requirement to procure a kit of CISCO Switches and hardware that will be used to support the complex testbed architecture being developed in the Lab at NAWCTSD, as well as ensure a secure environment for both classified and unclassified operations. When submitting quotes, please submit as one Firm Fixed Price (FFP) CLIN 0001. The Solicitation Part List (attachment 1) contains the detailed breakdown of brand name specific part numbers, part descriptions, and part quantities for each item to be included in the CLIN 0001 Kit. CLIN Breakout as follows: CLIN 0001 CISCO Switches and Hardware Kit Delivery of all items are required 30 days after receipt of the Purchase Order. Shipment shall be FOB Destination to: Naval Air Warfare Center Training Systems Division 12211 Science Dr. Orlando, FL 32826 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition with the addendum that Offerors are required to submit warranty information and parts availability with its offer. The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply. Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the Offeror meeting the specifications of this combined synopsis/solicitation. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. All Offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. Going forward, all new entities registering in GSA s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an Active status as the government cannot award to an entity without an Active SAM registration. More information can be found at www.gsa.gov/samupdate. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-7 FAR 52.204-13 FAR 52.209-2 FAR 52.212-4 FAR 52.225-1 FAR 52.225-3 FAR 52.233-1 FAR 52.247-34 FAR 52.252-2 The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition. The following subparagraphs of FAR 52.212-5(b) apply:14,22,25,26,27,28,30,33,42,49,and 55. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000 DFARS 252.203-7002 DFARS 252.203-7005 DFARS 252.204-0001 DFARS 252.204-7003 DFARS 252.204-7006 DFARS 252.204-7015 DFARS 252.211-7003 DFARS 252.225-7048 DFARS 252.232-7006 DFARS 252.232-7003 DFARS 252.232-7010 DFARS 252.244-7000 All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. No DPAS rating applies. Offers are due no later than 1600 US Eastern Standard Time on 31 August 2018. Proposals will only be accepted by Contract Specialist, Joseph Willdigg via email at joseph.willdigg@navy.mil. Responses must include at least the solicitation number; name, address and telephone number of Offeror; warranty information; discount terms, estimated delivery date; business type; CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Joe Willdigg, Contract Specialist, Tel: 407-380-4423.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018R0086/listing.html)
- Record
- SN05060720-W 20180830/180828231758-d344680d2836c2001bc3e47565d2494f (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 |