Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
SOLICITATION NOTICE

70 -- Cisco Hardware Components - Brand Name Specification

Notice Date
8/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-3070
 
Point of Contact
Chelsea A. Isherwood, Phone: 4018324381
 
E-Mail Address
chelsea.isherwood@navy.mil
(chelsea.isherwood@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Specification This combines synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-3070. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking Firm Fixed Price (FFP) quotes for the following Brand name, no subsitutions allowed, Cisco Hardware as specified in the Brand Name Specification, attached. CLIN Description Quantity 0001 Upgrade License for ASR 1002-X -Part #: FLSA1-2X-5-36G -Upgrade License for ASR 1002-X from 5Gbps to 36Gbps 2 each 0002 Cisco Router -Part #: ASR 1002-X -Chassis, 6 Built-in GE Dual P/S 4GB DRAM 2 each 0003 1000 Base-LX/LH SFP Tranceiver Module -Part #: GLC-LH-SMD -MMF/SMF, 1310NM, DOM 20 each 0004 Cisco ASR 1000 Advanced IP Services License -Part #: SLASR1-AIS 2 each 0005 ASR 1002-X 16GB DRAM Integrated Route Processor -Part #: M-ASR-1002X-16GB 2 each 0006 ASR 1002-X 320GB HDD -Part #: MASR1002X-HD-320G 2 each 0007 Cisco 8-Port Gigabit Ethernet Shared Port Adapter -Part #: SPA-8X1GE-V2 2 each F.O.B Destination: Naval Station Newport, RI. 02841. Delivery required within, 30 days after receipt of order (ARO). Although Cisco is the sole manufacturer, Cisco products and maintenance support can be purchased from authorized/certified value-added resellers. In order to be considered for award, the vendor must either be a Select, Premier, or Gold Certified CISCO Partner. All vendors are required to submit documentation with their offer that identifies CISCO Partnership level. Vender CISCO Partner Status will be verified by the Government with CISCO Brand Protection prior to award. Vendors certify that they are a CISCO Authorized Channel as of the quote submission date, and that they have the certification/specialization level required by CISCO to support both the product sale and the product pricing, in accordance with applicable CISCO certification/specialization requirements. The vendor shall warrant that all products are new and in the original CISCO packaging. The vendor confirms to have sourced all CISCO products provided under this contract directly from CISCO or through CISCO authorized channels only, in accordance with all applicable laws and CISCO current applicable policies at the time of purchase. If software is provided or included, vendors shall, upon request, provide a copy of End User License Agreement. The vendor shall provide required End User (Government) information to CISCO so that warranty and service contract information can transfer to the appropriate party. Vendor shall certify prior to award that all CISCO hardware/software to be delivered shall be licensed originally to authorized buyers. Prior to payment authorization, the Government intends to confirm with CISCO Brand Protection that all CISCO hardware/software provided under this contract has been sourced through authorized channels only and that all warranties are transferrable to the Government. If the Contractor does not deliver 1 st tier hardware/software, the Government has the right to terminate for cause with the Contract liable to the Government for any and all rights and remedies provided by the law including excess reprocurement costs. When products are not sold through CISCO's authorized sales channels, CISCO can offer no assurance as to the provenance and quality of those products. Additionally, when resellers resell CISCO products that have been sourced from outside of Cisco's authorized sales channel, those products may not come with a valid software license or hardware warranty and are not automatically eligible for a Cisco service support contract (such as SMARTnet maintenance). This requirement is being solicited as a total small business set-aside requirement under North American Industry Classification System (NAICS) Code 334111, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 1,250 employees. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, (1) the offeror must provide the Brand Name items in the specified quantities (see attached) and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (now known as Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. FAR 52.212-1 "Instructions to Offerors-Commercial Items" applies. FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items," 52.209-11 "Representation by Corporations Regarding Delinquent Tax" also apply to this solicitation. DFARS 252.204-7008 "Compliance with Safeguarding Covered Defense Information Controls," and 252.204-7015 "Notice of Authorized Disclosure of Information for Litigation Support" apply to this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. In accordance with DFAR Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. If the unit cost is $5,000.00 or more, payment via Wide Area Workflow (WAWF) applies. The Government's preferred payment method is via Electronic Payment through Wide Area Workflow (WAWF). Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Electronic and Information technology (EIT) Section 508 Compliance apply to the requirment that are not placed within a national security system in accordance with FAR 39.203(b). Offers must be submitted via email to chelsea.isherwood@navy.mil. Offers must be received on or before 2:00pm Eastern Standard Time (EST) on 7 September, 2018. For questions pertaining to this acquisition, please contact Chelsea Isherwood by email: chelsea.isherwood@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-3070/listing.html)
 
Record
SN05067112-W 20180902/180831231145-aebe51f46c0febab880a140bc71dbda2 (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.