Federal Bid

Last Updated on 02 Mar 2006 at 5 AM
Combined Synopsis/Solicitation
Monterey California

70--SOFTWARE UPDATE SUBSCRIPTION TO SUPPORT EXISTING CISCO SMARTNET NETWORK EQUIPMENT FOR THE PERIOD OF 1 JANUARY 2006 THROUGH 30 SEPTEMBER 2006.

Solicitation ID W9124N-06-T-0005
Posted Date 22 Dec 2005 at 5 AM
Archive Date 02 Mar 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Monterey California United states 93944
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. Solicitation No. W9124N-06-T-0005 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circul ar 01-15. This is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 500 employees. The Presidio of Monterey. Monterey CA, req uires continuity of software update subscription to support existing network equipment. CLIN 0001, 1 Each, Software Update Subscription to support existing CISCO SMARTNET network equipment, including technical support and hardware replacement eight hours a day, five days a week with a next business day response for the period 1 January 2006 thru 30 September 2006; Equipment List annotated by Part Number (PN)/Serial Number (SN): PN WS-C4506/ SN FOX071400JQ, PN WS-C4006-S2/SN FOX04435566, PN WS-C4006-S2/SN F OX04435554, PN WS-C5505/SN 66571634, PN WS-C5505/SN 66571633, PN WS-C4003/SN FOX04391057, PN WS-C4006-S2/SN FOX06310R7P, PN WS-C6509/SN TSC0723006H, PN CISCO 7206/SN 72775410, PN WS-C4006-S2/SN FOX054700HW, PN WS-C4006-S2/SN FOX061304BM, PN CISCO 6506/ SN TBA04140308, PN PIX-520/SN 18035206, PN WS-C4006-S2/SN FOX04435598. PN WS-C4006-S2/SN FOX04435407, PN WS-C2924M-XL-EN/SN FAB0448M1CS, PN WS-C6509/SN TSC0723006F, PN WS-C4006-S2/SN FOX062300FP, PN WS-C4006-S2/SN FOX06221X6T, PN WS-C4006-S2/SN FOX04464473, P N WS-C4006-S2/SN FOX04435613, PN WS-C4006-S2/SN FOX04435613, PN WS-C4006-S2/SN FOX04435611, PN WS-C5000-WCFX/SN 66075825, PN WS-C3512-XL-EN/SN FAA0422JOUT, PN WS-C4006-S2/SN FOX05360GEG, PN WS-C4006-S2/SN FOX06320PSW, PN WS-C6509/SN SMG0620A03U, PN WS-C550 5/SN 66542598, PN WS-C5505/SN 66542757, PN WS-C4006-S2/SN FOX05350AJM, PN WS-C4006-S2/SN FOX061304AW, PN CISCO 6506/SN TBA04500081, PN WS-C2924-XL/SN FAA0319LOQJ, PN WS-C4006-S2/SN FOX05360GG5, PN WS-C2924-LRE-XL/SN FAA0548V033, PN WS-C6509/SN SMG0620A01S, PN CISC0575-LRE/SN FHH0617XOM5, PN CISC0575-LRE/SN FHH0619XOOV, PN CISCO 6506/SN TB M06200817, PN CISC0575-LRE/SN FHH0617XOLX, PN CISC05715-LRE/SN FHH0617XOQA, PN CISC0575-LRE/SN FHH0617XOKW, PN CISC0575-LRE/SN FHH0617XOLI, PN WS-C4006-S2/SN FOX060800GA, PN CISC0575-LRE/SN FHH0618X01N, PN CISC07206/SN 72781405, PN WS-C4006-S2/SN FOX04435552, PN WS-C6506/SN TSC0723006C, PN WS-C4506/SN FOX071202J7, PN WS-C4506/SN FOX071400C7, PN WS-C4506/SN FOX071202GZ, PN WS-C4506/SN FOX071202J8, PN WS-C4506/SN FOX071202JA, PN WS-C4506/SN FOX08170233, PN WS-C4506/SN FOX073800RJ, PN CVPN3030-RED-BUN/SN CAM01481092, PN WS-C6509/SN SCA0446017N, PN AS5200/SN 52012356, PN WS-C1601R/SN 3882A112, PN WS-C2950-24-EI/SN FHK0716YOHR, PN WS-C2924C-XL-EN/SN FAA0337LOEP, PN WS-C3550-12T/S N FAA0520G07H, PN WS-C4006/SN FOX0730289, PN WS-C4006/SN FOX04435430, PN CLWMS-2.2/SN SOFTWARE, PN PS-1M-LRE (no SN). The provision at 52.212-1, Instructions to Offerors, applies to this acquisition, as well as any addenda to the provision. Evaluation proc edure will be based on the best value to the Government; experience, past performance and price are of equal importance. Offerors shall submit a minimum of three references (name, contact information, and capacity/length of relationship) to support experie nce and past performance. Offerors shall also include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, with their quote. The clause at 52.212-4, Contract Terms and Conditions, applies to this acquisition, as well as any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisi tion; the following clauses within clause 52.212-5 apply: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disab led Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.22 5-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. IMPORTANT NOTICE: DFARS 252.204-7004, Required Central Contractor Registration, applies to all solicitations issued on /or afte r 06-01-98. Offeror must be currently registered in the Central Contractor Registration (CCR) to be considered for award. Point of Contact for e-mail of offer is Joyce Amador by e-mail [email protected], phone 831-242-6576. The contracting o ffice must receive responses to this RFQ no later than 1 January 2006, 11:00 AM, PST.
Bid Protests Not Available

Similar Past Bids

San antonio Texas 23 Feb 2006 at 5 AM
Location Unknown 19 Oct 2005 at 5 AM
Location Unknown 10 Sep 2021 at 4 AM
Louisiana Not Specified
Location Unknown 19 Nov 2021 at 5 AM

Similar Opportunities

Location Unknown 17 Jul 2025 at 4 AM
Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Offutt air force base Nebraska 09 Jul 2025 at 4 PM
Linthicum heights Maryland 10 Jul 2025 at 6 PM