Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2020 SAM #6864
SOLICITATION NOTICE

59 -- Cisco Switches for JAD

Notice Date
9/12/2020 5:01:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018920QZ496
 
Response Due
9/16/2020 12:00:00 AM
 
Archive Date
03/15/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Quotes are being solicited under solicitation number N0018920QZ496. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.UnisonMarketplace.com and reference Buy No. 1045012. NASA SEWP V Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP V contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP V contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP V contracts is available at http://www.sewp.nasa.gov. The Seller must include the SEWP Agency Handling Fee (AHF) in their line item pricing in accordance with SEWP guidelines. The Unison Marketplace Fee will be calculated based solely on the price of the goods included in the Seller's bid. The portion of the pricing (.39%) that corresponds with the SEWP AHF will be excluded from the Unison Marketplace Fee calculations. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-09-16 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The FLC Norfolk - Philadelphia requires the following items, Brand Name Only (Exact Match), to the following: LI 001: C9300-24P-1E (Cisco Switches) FFP C9300 24-port PoE+, Network Essentials IAW the Equipment List, 12, EA; LI 002: C9300-NW-1E-24 FFP C9300 Network Essentials, 24 -port license IAW the Equipment List, 12, EA; LI 003: S9300UK9-1612 FFP Cisco Catalyst 9300 QTY E 16.12 Univerals IAW the Equipment List, 12, EA; LI 004: PWR-C1-715WAC-P FFP 715W AC 80+ platinum Config 1 Power Supply IAW the Equipment List, 12, EA; LI 005: C9300-SPS-NONE FFP No Secondary Power Supply IAW the Equipment List, 12, EA; LI 006: CAB-TA-NA FFP North America AC Type A Power Cable IAW the Equipment List, 12, EA; LI 007: C9300-SSD-NONE FFP No SSD Card IAW the Equipment List, 12, EA; LI 008: C9300-STACK-NONE FFP No Stack Cable IAW the Equipment List, 12, EA; LI 009: C9300-SPWR-NONE FFP No Stack Power Cable IAW the Equipment List, 12, EA; LI 010: PWR-C1-BLANK FFP Config 1 Power Suply Blank IAW the Equipment List, 12, EA; LI 011: C9300-DNA-1E-24 FFP C9300 DNA Essentials 24-Port Term Licenses Federal Offer IAW the Equipment, 12, EA; LI 012: C9300-DNA-E-24-1Y FFP C9300 DNA Essentials 24-P1 YR Term LIC IAW the Equipment List, 12, EA; LI 013: C9300-NM-4G FFP Catalyst 9300 4 x 1GE Network Module IAW the Equipment List, 12, EA; LI 014: NETWORK-PNP-LIC FFP Network Plug-n-Play License for zero-touch device deployment IAW the Equipment List, 12, EA; LI 015: PWR-C1-715WAC-P= FFP 715W AC 80_ platinum Config 1 Power Supply IAW the Equipment List, 10, EA; LI 016: CAB-None FFP Eco firendly green option. No power cable will be shipped IAW the Equipment List, 10, EA; LI 017: WS-C3560CX-8PC-S FFP Cisco Catalyst 3560-CX8 Port PoE IP Base IAW the Equipment List, 15, EA; LI 018: CAB-TA-NA FFP North America AC Type A Power Cable IAW the Equipment List, 15, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC Norfolk - Philadelphia intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Philadelphia is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Sellers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Sellers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Sellers require additional clarification, contact Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The NAICS code is __334111____ and the Small Business Standard is _1,250__. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items 252.211-7003 Item Identification & Valuation (AUG 2008) 252.211-7003 Alt 1 Item Identification & Valuation (AUG 2008) - Alt I 252.232-7010 Levies on Contract Payments (DEC 2006) 5252.232-9402 Wide Area Workflow (WAWF) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (Jan 2017) Security Requirements (August 1996) System for Award Management (Oct 2018) SAM Maintenance (Oct 2016) Commercial and Government Entity Code Reporting (July 2016) CAGE Maintenance (July 2016) Basic Safeguarding of Covered Contractor Information (June 2016) Alternative Line Item Proposal (Jan 2017) Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Instructions to Offerors (Oct 2016) (Dev 2018-O0018) Offeror Reps and Certs (Nov 2014) Contract Terms and Conditions--Commercial Items (Oct 2018) Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2019) Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) Post Award Small Business Program Rerepresentation (July 2013) Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies (Jan 2018) Prohibition of Segregated Facilities (April 2015) Equal Opportunity (Sept 2016) Equal Opportunity for Workers w/ Disabilities (July 2014) Combating Trafficking in Persons (Jan 2019) Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Electronic Funds Transfer - SAM (Oct 2018) Unenforceability of Unauthorized Obligations (June 2013) Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) Solicitation Provisions Incorporated by Reference (Feb 1998) Clauses Incorporated by Reference (Feb 1998) Requirement to Inform Employees of Whistleblower Rights (Sept 2013) Representation Relating to Compensation of Former DoD Officials (Nov 2011) Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) Notice of Authorized Disclosure of Information for Litigation Support (May 2016) Item Identification & Valuation (March 2016) Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations (March 2018) Prohibition of Hexavalent Chromium (May 2011) Export-Controlled Items (June 2013) Notice of Supply Chain Risk (Feb 2019) Subcontracts for Commercial Items (June 2013) Transportation of Supplies by Sea (Feb 2019)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e3f5de6a58344e0f8f017c43d8b648ed/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05795539-F 20200914/200912230132 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.