CISCO Hardware Installation & System Configuration Services

expired opportunity(Expired)
From: Federal Government(Federal)
N66001-23-Q-6267

Basic Details

started - 14 Jun, 2023 (10 months ago)

Start Date

14 Jun, 2023 (10 months ago)
due - 27 Jun, 2023 (10 months ago)

Due Date

27 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
N66001-23-Q-6267

Identifier

N66001-23-Q-6267
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE NAVY (156968)SPAWAR (5389)SPAWAR PACIFIC (3576)NIWC PACIFIC (3576)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordancewith the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplementedwith additional information included in this notice. This announcement constitutes theonly solicitation; quotes are being requested and a separate written solicitation will notbe issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions toOfferors – Commercial Items, which applies to this acquisition.Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-23-Q-6267. The North American Industry Classification System (NAICS) code applicableto this acquisition is 541519, exception 1, Information Technology Value Added Resellersand the small business size standard is 150 employees.SERVICES REQUIRED:SEE:•ATTACHMENT (04) STATEMENT OF WORKOFFEROR INSTRUCTIONSThe Government intends to award a purchase order to the responsive, responsiblevendor, whose quote conforming to the RFQ is
most advantageous to the Government asdefined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quotemust be received for consideration. Respond to each item listed below, if the responseis "None" or "Not applicable," explicitly state and explain. The Government may considerquotes that fail to address or follow all instructions to be non-responsive and ineligible forcontract award. A complete quote includes a response and submission to each of thefollowing:1.General Information: Offeror Business Name, Address, Cage and UEID(ensure Representation and Certifications are up to date in SAM.gov), Business Size andType of Small Business based on applicable NAICS Code as provided above, Federal TaxID, Primary Point of Contract (to include telephone and e-mail address) and provide aGSA contract number if some or all items proposed are on the GSA schedule. FARprovision 52.212-3, Alternate I, Offeror Representations and Certifications – CommercialItems, applies to this acquisition. Offerors must include a completed copy of thisprovision with offer.2.Technical Documentation:a.Technical Approach or Specifications: Offerors are encouraged to submitproduct manufacturer specifications, pictures, brochures, or and other pertinent technicalinformation of the required items to facilitate the evaluation. The offer must address andmeet the requirements/specifications as defined under Technical Factor I below.b.Sustainable Acquisitions Information and Certification: The contractor shallcomply with all sustainable acquisition policies in an effort to minimize the Government'senvironmental impact and deliver community benefits through better selection andimproved usage of products and services. In accordance FAR 23, sustainable acquisitionpolicies apply to both contracts for supplies and services that require the delivery, use, orfurnishing of products/services to the Government. Indicate if any the followingsustainable acquisition categories apply to any products or services proposed: EnergyEfficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozonedepleting substances, Less Toxic and/or Less GHGs.c.Authorized Source Confirmation:The following product certification statement below applies to all CLINs and each offerormust submit supporting documentation, as needed:To be considered for award, the offeror/contractor is required to submit documentationconfirming that they are an authorized source. An "Authorized Source" is defined as theoriginal manufacturer, a source with the express written authority of the originalmanufacturer or current design activity, or an authorized aftermarket manufacturer.d.Counterfeit Information Technology (IT) Certification:The following IT related statement applies to all IT items and each offeror must explicitlyconfirm and submit supporting documentation, as needed:The offeror certifies that the product(s) being delivered are new and in their originalpackaging. The subject product(s) are eligible for all manufacturer warranties and otherancillary services or options provided by the original manufacturers, authorized suppliers,or suppliers that obtain parts from the manufacturer or its authorized supplier.The offeror further certifies that it is authorized by the manufacturer to sell the product(s). The offeror is required to submit documentation identifying its supply chain for theproduct(s). Within the aforementioned documentation, the offeror shall also identify thecountry of manufacture and indicate one of the following, if applicable:• Manufacturing occurs in the U.S., but more than 45% of the cost of components is fromforeign/nonqualifying country content• Originally foreign manufactured products substantially transformed in the United Statesor a designated country The offeror assumes responsibility for authenticity. Costs ofcounterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b)are met.By making an offer, the offeror acknowledges that a full or partial termination fordefault/cause for non-compliant awarded items may occur if any of the products providedare not recognized or acknowledged by the manufacturer as new products eligible forwarranties and all other ancillary services or options provided by the manufacturer, orthe offeror was not authorized by the manufacturer to sell the product in the U.S.3.Price Quote: Submit complete pricing for each individual item listed inStatement of Work to include the unit of issue, the extended price for each line item anda total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are includedin the pricing.4.Commercial Warranty: If available, provide the terms and length of theWorkmanship and/or Manufacturer Warranty on the product(s) and/or services proposedincluded in the proposed purchase price.EVALUATION FACTORS FOR AWARD:The Government intends to award a Firm Fixed Price (FFP) purchase order to theresponsive, responsible vendor, whose quote conforming to the RFQ, is mostadvantageous to the Government, price and non-price factors considered. Technical,price, and past performance factors will be used to evaluate quotes. The vendor must beregistered in the System for Award Management (SAM). Technical Acceptability is definedin Factor I below.Factor I- Technical: The Government will evaluate the technical approach in the vendor'squote to assess the vendor's capability to meet the Government's requirement. Thequote must address and meet the requirements/specifications as described in thestatement of work.Factor II- Price: The Government will evaluate the total price to determine if it is fair andreasonable. Quoters shall provide a unit price and a total firm-fixed-price for all lineitems. The total firm-fixed-price shall include all applicable shipping and handling costs.Quote should include a breakdown of labor involved (to include labor categories, fullyburdened labor rate, and number of hours) as well as a breakdown of any other costsincluded. The total firm-fixed-price shall include all shipping, and handling costs to theshipping location listed in the RFQ, when applicable.Factor III- Past Performance: The Government will evaluate past performance, beginningwith the lowest priced quote, by reviewing sources that may include, but are not limitedto, information from Government personnel and information from sources such as SAMResponsibility Check, Contractor Performance Assessment Reporting System (CPARS),and SPRS as stated in the basis of award.DUE DATE AND SUBMISSION INFORMATIONEligible Offerors: All offerors must have a completed registration in the System for AwardManagement (SAM) website prior to award of contract. Information can be found athttps://www.sam.gov/. Complete SAM registration means offerors shall have registeredCAGE and UEID Codes.Page Limitations: Ensure to stay within the page limitations as follows: None.Formatting Requirements: Submit quotes in electronic PDF and excel format to facilitatecalculations. Text should be formatted on an 8 1⁄2 by 11 inch page in 12 point Times NewRoman font.Questions Due Date and Submission Requirements: All questions must be receivedbefore the RFQ due date. Questions may be submitted via email to Jeremy M. Clay atjeremy.m.clay2.civ@us.navy.mil with the subject line: N66001-23-Q-6267. Include RFQ#N66001-23-Q-6267 on all inquiries. Questions may be addressed at the discretion of theGovernment.RFQ Due Date and Submission Requirements: This RFQ closes on 22 June at 11:00AM,Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.dc3n.navy.mil/ , under NIWC Pacific/ Open Solicitations/ N66001-23-Q-6267.Email quotes and late quotes may not be accepted.NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact theSPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil.Government RFQ Point of Contract: The Contract Specialist point of contact for thissolicitation Jeremy M. Clay at jeremy.m.clay2.civ@us.navy.mil. Reference RFQ# N66001-23-Q-6267 on all email exchanges regarding this acquisition.RFQ ATTACHMENTS – OFFEROR MUST FILL OUT AND SIGN ATTACHMENT 1 AND RETURNWITH QUOTE.1.Reps and Certs Document – To Be Signed2.Wage Determination Honolulu3.Wage Determination Kauai4.Statement of Work5.Draft DD2546.CDRLs7.CDRLs Attachment8.SOW Addendum

53560 HULL STREET  SAN DIEGO , CA 92152-5001  USALocation

Place Of Performance : 53560 HULL STREET SAN DIEGO , CA 92152-5001 USA

Country : United StatesState : California

You may also like

CISCO PHONE SYSTEM HARDWARE AND SOFTWARE SUPPORT SERVICES.

Due: 30 Sep, 2024 (in 5 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

FY23-CSAUS-ICEN VMWARE CARBON BLACK EDR FSA PROJECT: ICONNECT NETWORK HARDWARE AND SOFTWARE

Due: 29 Sep, 2024 (in 5 months)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334417Electronic Connector Manufacturing
pscCode 59Miscellaneous Electrical and Electronic Components