CISCO BRAND SWITCHES
Solicitation Amendment 1: The purpose of this Amendment is to answer industry questions: Q1. What is the part number for CLIN 0002, Rack Mount Kit? A1. Part Number is: RCKMNT-REC-1RU. This is a combin... Solicitation Amendment 1: The purpose of this Amendment is to answer industry questions: Q1. What is the part number for CLIN 0002, Rack Mount Kit? A1. Part Number is: RCKMNT-REC-1RU. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included 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 N66604-19-Q-2491. This requirement is being solicited as a Brand Name Specified Item (No Substitutions Allowed); see attached Brand Name Specification. The Naval Undersea Warfare Center, Division Newport ("NUWCDIVNPT") is seeking a Firm Fixed Price ("FFP") quote for the following: CLIN# Description Quantity 0001 WS-C3650-24PS-S 10 each Delivery: RECEIPT NO LATER THAN July 15, 2019. 0002 1U recessed rack mount kit (side wings only) 10 each Delivery: RECEIPT NO LATER THAN July 15, 2019. 0003 Shipping 1 each Offerors shall include shipping charges, if applicable, F.O.B. Destination to Newport, RI 02841. This requirement is being solicited as a 100% 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 applicable size standard is 1,250 employees. DELIVERY: RECEIPT MUST NOT BE LATER THAN JULY 15, 2019. 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 1st 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 re-procurement 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). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. FAR 52.212-1 "Instructions to Offerors-Commercial Items" and FAR 52.212-3 "Offeror Representations and Certifications Commercial Items" apply. FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statues 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. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable offer. In order to be determined technically acceptable: (1) the offeror must quote the items specified, in their required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (currently, Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable. The Government's preferred payment method is via credit card. Defense Priorities and Allocations System ("DPAS") rating of DO-C9 applies. IF CONTRACTOR CANNOT ACCEPT CREDIT CARD, THIS INFORMATION MUST BE CLEARLEY CONVEYED IN THE QUOTE. Alternative method of payment is via Wide Area Workflow (WAWF). 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. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and e-mail address), contractor CAGE Code, and contractor DUNS. Offers must be submitted via email to zachary.augustine@navy.mil. Offers must be received on or before 2:00 p.m. on 20 June 2019. For questions pertaining to this acquisition, please contact Zachary Augustine by email: zachary.augustine@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »