SOLICITATION NOTICE
70 -- Cisco & Gigamon Hardware - Brand Name Specification
- Notice Date
- 9/6/2018
- 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-2699
- Archive Date
- 10/30/2018
- Point of Contact
- Kaitlin L. Simoes, Phone: 4018328695
- E-Mail Address
-
kaitlin.simoes@navy.mil
(kaitlin.simoes@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Cisco and Gigamon Brand Name Specification PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-18-Q-2699. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for Cisco and Gigamon brand hardware in accordance with the attached Brand Name Specification. Ensure any additional costs (i.e. shipping) is incorporated into the unit price of each item. An additional line for shipping will not be provided. Quotes shall be broken out as outlined in the table below: CLIN Part # Manufacturer Description Qty 0001 FMC4500-K9 CISCO Cisco Firepower Management Center 4500 Chassis 1 0002 FP7110-TAMC-3Y CISCO Cisco FirePOWER 7110 IPS, Apps, AMP and URL 3YR Service Subs 1 0003 FP7120-K9 CISCO Cisco FirePOWER 7120 Chassis 1U 8 Port Copper 2 0004 FP7120-TAC-3Y CISCO Cisco FirePOWER 7120 IPS, Apps and URL 3YR Service Subs 1 0005 GTP-ATX01 GIGAMON G-TAP A Series, Always On copper TAP, AC Power (US Plug) 8 0006 SFP-533 GIGAMON 10 GIG SFP+, SINGLE MODE 1310NM LR 4 0007 GTP-ASF01 GIGAMON G-TAP A Series, Always On SFP/SFP+ TAP, AC Power (US Plug) 2 0008 PST-GTA01 GIGAMON Power Supply Tray, powers up to 8 RMT-GTA03 trays, AC Power 1 0009 GSS-FYS-ELT-PSS GIGAMON Initial Gigamon Pass-through Support Type with ELITE Support Level (24x7/AHR), bought with product or within 1 year of original purchase of product 1 0010 CBL-205 GIGAMON SFP+ to SFP+ Direct Attach Copper cable, 5 meters 4 0011 RMT-GTA03 GIGAMON Rack Mount Tray, 3-bay G-TAP A Series 4 0012 SFP-501 GIGAMON 1 Gig SFP, Copper, UTP with RJ45 interface 4 New equipment ONLY in original packaging; NO refurbished, remanufactured, or "gray market" items allowed. As detailed in the Brand Name Specification, only certified/authorized Cisco and Gigamon resellers are eligible for award. Cisco resellers must be a Premier, Select or Gold Certified Cisco Partner. Teaming and third party vendors are not eligible for award. The Government will verify reseller status. This procurement is as a 100% small business set aside on a brand name specific basis, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334111. The Small Business Size Standard is 1,250 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. The provision at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax applies to the solicitation. The provision at DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations applies to this solicitation. Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support applies to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). Do not affix a UID tag to the assembly, but include a UID tag with the shipment. Payment: Indicate in the quote whether payment by Government purchase card without a surcharge is an acceptable form of payment. Otherwise Wide Area Workflow (WAWF) will apply. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The Government has determined that Electronic and Information Technology (EIT) Section 508 requirements apply to this requirement. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. Delivery: FOB Destination to: Newport, RI, 02841 within five (5) days of contract award. NOTE: Provide best delivery date in quote. 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. Offers should include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Offers shall be submitted via electronic submission to Kaitlin Simoes at Kaitlin.simoes@navy.mil. Offers must be received on or before 13 September 2018 at 1400 Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For questions relative to this acquisition, contact Kaitlin Simoes at Kaitlin.simoes@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2699/listing.html)
- Place of Performance
- Address: 1176 Howell Street, Newport, Rhode Island, 02841, United States
- Zip Code: 02841
- Zip Code: 02841
- Record
- SN05076356-W 20180908/180906232201-cc7c5845e7fcfa3c197f08cbeb552ae3 (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 |