This is a SSC Pacific combined synopsis/solicitation for brand name commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12,
Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures.
This announcement constitutes the only solicitation. Competitive quotes are
being requested under N66001-14-T-6442. This requirement is brand name,
set-aside for small business, NAICS code is 334112 and business size standard
is 1,000 employees.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
to the lowest technically acceptable bidder.
"The statement below applies to CLINS 0001- 0005.
To be considered for award, the offeror certifies that the product being
offered
is an original, new and Trade Agreements Act (TAA) compliant product, and that
the subject products are eligible for all manufacturer warranties and other
ancillary services or options provided by the manufacturer. Offeror further
certifies that it is authorized by the manufacturer to sell the products that
are
the subject of this action in the U.S. (i.e., that the products are TAA
compliant
and that the offeror is authorized to sell them in the U.S.). Offerors are
required to submit documentation with the offer identifying its supply chain
for
the product, and certifying that all products are new, TAA compliant, and in
their
original packaging. By making an offer, offeror also consents to no cost
cancellation of the non-compliant awarded items if, upon inspection after
delivery, any products provided are not recognized or acknowledged by the
manufacturer as new and original products that are eligible for warranties and
all other ancillary services or options provided by the manufacturer or that
offeror was not authorized by the manufacturer to sell the product in the U.S.,
or that the product is in some manner not TAA compliant."
ITEM DESCRIPTION
QTY UNIT
0001 Catalyst 3750X48 Port Data IP Base
4 each
P/N: WS-C3750X-48T-S
To include:
CON-SNT-37504TS SMARTNET 8X5XNBD
Catalyst 3750X 48 Port Data IP Base (4 ea)
AC Power cord for Catalyst 3K-X (North America) (8 ea)
0002 AC Power Supply
4 each
P/N: C3KX-PWR-350WAC/2
Catalyst 3K-X 350W AC Secondary Power Supply (4 ea)
P/N: S375XVK9T-12255SSE
CAT 3750X IOS Universal with Web Base Dev Mgr (4 ea)
0003 Power Supply
4 each
P/N: C3KX-NM-1G Catalyst 3K-X iG Network Module Option PID (4
ea)
P/N: CISCO CAB-STACK-50CM Cisco StackWise 50CM Stacking
Cable (4 ea)
P/N: C3KX-PWR-350WAC Catalyst 3K-X 350W AC Power Supply (4 ea)
P/N: PI-MSE-PRMO-INSRT Insert Packout PI-MSE (4 ea)
0004 Hard Drive
P/N: IBM 00W1152 - IBM 2TB 7.2K 3.5" NL SAS HDD
1 each
0005 Hard Drive
P/N: IBM 49Y1866 - IBM 600GB 15K 3.5" HDD
1 each
0006 Shipping to San Diego 92110
1 lot
0007 UID Label (applies to Item 0001)
1 lot
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular Fac 2005-72, Effective 30 Jan 2014 and Defense
Federal Acquisition Regulation Supplement (DFARS), DPN 20140311 (Effective
11 Mar 2014) Edition. It is the responsibility of the contractor to be
familiar
with the applicable clauses and provisions. The clauses can be accessed in full
text at www.farsite.hill.af.mil.
Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors
Commercial and 52.212-4, Contract Terms and Conditions Commercial Items,
incorporated by reference, applies to this acquisition. FAR Clause 52.212-3,
Offeror Representations and Certifications -- Commercial Items and DFAR S
252.212-7000 Offeror Representations and Certifications.
Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
applies to acquisition and includes 52.222-50, Combating Trafficking in
Persons (22 U.S.C. 7104(g)), 52.204-2, Security Requirements; 52.233-3,
Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of
Contract Claim (Pub. L. 108-77, 108-78), 52.222-3, Convict LaborE.O. 11755),
52.222-19, Child LaborCooperation with Authorities and Remedies (E.O.
13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26,
Equal Opportunity(E.O. 11246), 52.225-13, Restrictions on Certain Foreign
Purchases (E.O.'s, proclamations, and statutes administered by the Office of
Foreign Assets Control of the Department of the Treasury), 52.232-33,
Payment by Electronic Funds TransferCentral Contractor Registration (31
U.S.C. 3332), 52.209-6, Protecting the Government's Interest When
Subcontracting with Contractors Debarred, Suspended, or Proposed for
Debarment. (Dec 2010) (31 U.S.C. 6101 note), 52.222-36, Affirmative Action
for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.214-3,
Amendments to Invitations for Bids, 52.214-4, False Statements and Bids,
52.214-5, Submission of Bids, 52.214-6, Explanation to Prospective Bidders,
52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. DFAR
252.211-7003, Unit Identification and Valuation (applies to items over 5k).
DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code
Reporting , 52.204-6, Data Universal Numbering System (DUNS).
This RFQ closes on March 31, 2014 at 1:00 PM, Pacific Time. Quotes must be
uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-14-T-6442.
The point of contact for this solicitation is Belinda Santos at
[email protected] and Aurora Vargas at
[email protected]. Please
include RFQ N66001-14-T-6442 on all inquiries.
All responding vendors must be registered to the System for Award
Management (SAM) website prior to award of contract. Information can be
found at https://www.sam.gov/.
Bid Protests Not Available