This is a SSC Pacific combined synopsis/solicitation for 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 only the solicitation. This is a Total Small
Business Set
Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be
accepted by the Government. Any quote that is submitted by a contractor that is
not a
Small Business will not be considered for award. Competitive quotes are being
requested
under N66001-17-T-7294. This requirement is set-aside for small businesses,
NAICS
code is 334119 and the size standard is 1,000 Employees.
Basis of award: The government anticipates awarding a firm-fixed price purchase
order
and it will be based on the lowest priced technically acceptable.
IN ORDER TO BE CONSIDERED FOR AWARD, THE VENDOR MUST BE AN AUTHORIZED
CISCO RESELLER PARTNER. ALL VENDORS ARE REQUIRED TO SUBMIT
DOCUMENTATION WITH THEIR OFFER THAT IDENTIFIES CISCO PARTNERSHIP LEVEL.
THE VENDOR CISCO PARTNER STATUS WILL BE VERIFIED BY THE GOVERNMENT WITH
CISCO PRIOR TO AWARD.
QUOTE BRAND NAME - DO NOT SUBSTITUTE
CLIN 0001
CISCO PART #CTS-SX20N-P40-K9
SX20 QUICK W/ P40 CAM, 1 MIC, REMOTE CNTRL AND CE SOFTWARE
CISCO PART #CON-ECDN-SX2PHD4X
ESS WITH 8X5XNBD SX20 QK SET HD, NPP,4X PHDCAM,1 MIC RC
ALL ITEMS TO BE DELIVERED AND SET-UP BY VENDOR
QTY: 1 EACH
DFARS 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION APPLIES TO
THIS LINE ITEM
CLIN 0002
WALL MOUNT KIT
CISCO PART #CTS-SX20-QS-WMK
WALL MOUNT KIT FOR SX20
ALL ITEMS TO BE DELIVERED AND SET-UP BY VENDOR
QTY: 1 EACH
CLIN 0003
MICROPHONE EXT CABLE
CISCO PART #CAB-MIC20-EXT
CISCO TELEPRESENCE TABLE MICROPHONE 20 EXTENSION CABLE
CISCO PART #CTS-MIC-TABL20
CISCO TELEPRESENCE TABLE MICROPHONE 20
ALL ITEMS TO BE DELIVERED AND SET-UP BY VENDOR
QTY: 1 EACH
CLIN 0004
SHIPPING
QTY: 1 LOT
Note : IUID labels are required on all equipment with a unit cost of $5000 or
more per
DFARS 252-211-7003, Item Unique Identification & Valuation. If there is a cost
for the
IUID label, please list it as a separate line item.
To be considered for award, the offeror certifies that the product(s) 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 US
(i.e., that
the products are TAA compliant and that the offeror is authorized to sell them
in the US).
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 US, or that the product is in some manner not TAA
compliant. "
Note: "Vendor must provide at time of submission of quote their authorized
CISCO
distributor information (POC, phone number) and/or any documentation supporting
that
the items are actually coming from that distributor, i.e. certification, letter
or copy of
invoice. Failure to provide such proof will be treated as non-responsive and
your quote(s)
will not be considered for award."
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size/ NAICS Code:
d. RFQ Number N66001-17-T-7294
e. Requested Delivery date: 30 days after receipt of order (ARO)
f. Preferred method of shipment: FOB Destination.
Ship to Address:
SPAWARSYSCENPACIFIC
RECEIVING
53560 HULL STREET
SAN DIEGO, CA 92152
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-7, System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-20 Predecessor of Offeror
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations
Representation
52.209-5 Certification Regarding Responsibility Matters
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or
a
Felony Conviction under any Federal Law
52.219-1 Small Business Program Representations
52.222-22 Previous Contracts and Compliance Reports
52.225-25 Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-5, Authorized Deviations in Provisions
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7004, Alternate A, System for Award Management
252.204-7011, Alternative Line Item Structure
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval SystemStatistical Reporting in Past Performance Evaluations
252.222-7007 Representation Regarding Combating Trafficking in Persons
252.239-7017 Notice of Supply Chain Risk
252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION APPLIES TO THIS LINE
ITEM
This RFQ closes APRIL 28th, 2016 at 11:00 am, Pacific Standard Time (PST).
Quotes
must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-17-T-7294.
The point of contact for this solicitation is Sylvia Paguio at
Sylvia.paguio@navy.mil. Please include RFQ N66001-17-7294 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code
numbers.
Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; Dorothy J Powell, Contracting Officer, 619-553-4455
Contract Specialist