CISCO Hardware Installation & System Configuration Services

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

Basic Details

started - 12 Jun, 2023 (10 months ago)

Start Date

12 Jun, 2023 (10 months ago)
due - 22 Jun, 2023 (10 months ago)

Due Date

22 Jun, 2023 (10 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N66001-23-Q-6267

Identifier

N66001-23-Q-6267
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
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 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; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors - 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 applicable to this acquisition is 541519, exception 1, Information Technology Value Added Resellers and the small business size standard is 150 employees. SERVICES REQUIRED: SEE: •ATTACHMENT (04) STATEMENT OF WORK OFFEROR INSTRUCTIONS The Government intends to award a purchase order to the responsive, responsible vendor, whose quote
conforming to the RFQ is most advantageous to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, Cage and UEID (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2.Technical Documentation: a.Technical Approach or Specifications: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the required items to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c.Authorized Source Confirmation: The following product certification statement below applies to all CLINs and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer 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 explicitly confirm and submit supporting documentation, as needed: The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary 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 the product(s). Within the aforementioned documentation, the offeror shall also identify the country 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 from foreign/nonqualifying country content • Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit 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 for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the 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 in Statement of Work to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: The Government intends to award a Firm Fixed Price (FFP) purchase order to the responsive, responsible vendor, whose quote conforming to the RFQ, is most advantageous to the Government, price and non-price factors considered. Technical, price, and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). Technical Acceptability is defined in Factor I below. Factor I- Technical: The Government will evaluate the technical approach in the vendor's quote to assess the vendor's capability to meet the Government's requirement. The quote must address and meet the requirements/specifications as described in the statement of work. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Quoters shall provide a unit price and a total firm-fixed-price for all line items. 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, fully burdened labor rate, and number of hours) as well as a breakdown of any other costs included. The total firm-fixed-price shall include all shipping, and handling costs to the shipping location listed in the RFQ, when applicable. Factor III- Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as SAM Responsibility Check, Contractor Performance Assessment Reporting System (CPARS), and SPRS as stated in the basis of award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE 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 facilitate calculations. Text should be formatted on an 8 1⁄2 by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before the RFQ due date. Questions may be submitted via email to Jeremy M. Clay at jeremy.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 the Government. 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 the SPAWAR 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 this solicitation 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 RETURN WITH QUOTE. 1.Reps and Certs Document - To Be Signed 2.Wage Determination Honolulu 3.Wage Determination Kauai 4.Statement of Work 5.Draft DD254 6.CDRLs 7.CDRLs Attachment 8.SOW Addendum

SAN DIEGO, CA, 92152-5001, USALocation

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

Country : United StatesState : California

You may also like

CISCO Firewalls

Due: 09 Oct, 2024 (in 5 months)Agency: The Secretary’s Office

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

NAICS CodeCode 334417
Classification CodeCode 59