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. Competitive quotes are
being requested under N66001-14-T-6666. This requirement is set-aside for
small businesses - Brand Name ONLY, NAICS code is 334290 and the size
standard is 750 personnel.
Item# 0001. INTPKG C40 NPP PHD REM CNTRL M
Brand: CISCO
MN: CTS-INTP-C40-K9
QTY: 1 EA
COST:
Item# 0002. ESS W/ 8X5XNBD INTPKG C40 PREHD1080PCAM
Brand: CISCO
PN: CON-ECDN-INTPC40
QTY: 1 lot
Cost:
Item 0003. INTPKG CODEC C40 4WAY TRANSCODING MULTISITE
Brand: CISCO
PN: LIC-INTP-C40-MS
QTY: 1 EA
Cost:
Item 0004. INTPKG CODEC C40 PREM RESOLUTION 1080P/7
Brand: CISCO
PN: LIC-INTP-C40-PR
QTY: 1 EA
Cost:
Item 0005. INTEGRATOR PKG C40 DUAL DISP OPTION
Brand: CISCO
PN: LIC-INTP-C40-DD
QTY: 1 EA
Cost:
Item 0006. TELEPRESENCE ISDN LINK ENCRYPTED
Brand: CISCO
PN: CTS-ISDNLINK-K9
QTY: 1 EA
Cost:
Item 0007. ESS W/ 8X5XNBD TELEPRESENCE ISDN LINK
Brand: CISCO
PN: CON-ECDN-CISDNLKK
Cost:
Item 0008. 21 SPACE RACK.
Brand: DA-LITE
PN: 93703MV
QTY: 1 EA
Cost:
Item 0009. POWER STRIP ISOBAR SURGE 12 RCPTL LED 15FT CRD 1U 3840J
Brand: TrippLite
PN: ISOBAR12ULTRA
QTY: 1 EA
Cost:
Item 0010. HD CAMERA MOUNT
Brand: VADDIO
PN: 535-2000-217
QTY: 1 EA
Cost:
Item 0011. 46: LED DISPLAY
Brand: SAMSUNG
PN: ME46C
QTY: 2 EA
Cost:
Item 0012. 75" LED DISPLAY
Brand: SAMSUNG
PN: ME75C
QTY: 1 EA
Cost:
Item 0013. MXT-1001 10.1" Modero X Series Widescreen Tabletop Touch Panel
Brand: AMX
PN: FG5968-47
QTY: 1 EA
Cost:
Item 0014. DVX-3155HD-SP 10x4 All-In-One Presentation Switcher (Multi-
FormatHD A/V SWITCHER 10*4
Brand: AMX
PN: FG1905-16
QTY: 1 EA
Cost:
Item 0015. POE INJECTOR
Brand: AMX
PN: FG423-83
QTY: 1 EA
Cost:
Item 0016. DA VGA 1:2 COMP GRAPH VID DISTRIBUTION AMP
Brand: KRAMER
PN: VP-200K
QTY: 2 EA
Cost:
Item 0017. WLSG LINUX BROADBAND RTR 54MB W/ 4PT SWC
Brand: WLSG
PN: WRT54GL
QTY: 1 EA
Cost:
Item 0018. FUSION TILT MOUNT BRACKET
Brand: CHIEF MFG
PN: LTMU
QTY: 2 EA
COST:
Item 0019. FUSION TILT MOUNT X-LARGE HEIGHT ADJ TILT WM 37-63IN
Brand: CHIEF MFG
PN: XTMU
QTY: 1 EA
Cost:
Item 0020. GPNP 512 ISU IMUX ( 2nd Gen)
Brand: GPNP
PN: 1202086L1
QTY:1 EA
Cost:
Item 0021 CEILING SPEAKERS (SINGLE,sold as EACH) )
Brand: KSI
PN: 8081CSFR
QTY: 4 EA
Cost:
Item 0022. MID ATL 2RU SHELF
Brand: MIDDLE ATLANTIC
PN: U2
QTY: 1 EA
Cost:
Item 0023. Omnidirectional Condenser Boundary Microphone WHITE
Brand: AUDIO TECHNICA
PN: ES945W
QTY: 2 EA
Cost:
Item 0024. Audio/telco mixer
Brand: CLEARONE
PN: 910-151-881
QTY: 1 EA
Cost:
Item 0025. AVB-TX-MULTI-DXLINK
Brand: AMX
PN: FG1010-310
QTY: 1 EA
Cost:
Item 0026. FREIGHT
PN: MISC
QTY: 1 LOT
Cost:
Item 0027. UID TAG/LABE COST FOR ALL ITEMS THAT COST MORE THAN
$5,000.
QTY: 1 LOT
Cost:
Deliveryt Address:
4297 PACIFIC HIGHWAY, BUILDING OT-7 SAN DIEGO, CA. 92110
"The statement below applies to all CLINS"
"To be considered for award, the offeror certifies that all required CISCO
products will be an an original and new CISCO 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 manufactures to sell the CISCO product in the U.S. Offerors
are required to submit documentation with the offer identifying its supply
chain
for the product, that all products are new and in their original CISCO
packaging.
By making an offer, offeror also consents to cancellation of award 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
manufacturers or that Offeror was not authorized by the manufacturer to sell
the CISCO product in the U.S." Vendor offering bid/s quotes need to provide
CISCO Authorized Re-sellers or Partner certificate attached to their quote/s.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order and it will be based on the lowest technically acceptable quote.
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular Fac 2005-73, Effective 29 Apr 2014) and Defense
Federal Acquisition Regulation Supplement (DFARS), 20140506 (Effective 06
May 2014). It is the responsibility of the contractor to be familiar with the
applicable clauses and provisions. The clauses can be accessed in full text at
www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors
Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items,
incorporated by reference, applies to this acquisition. FAR Clause 52.212-3,
Offeror Representations and Certifications -- Commercial Items and DFAR S
252.212-7000 Offeror Representations and Certifications--Commercial Items
applies to this acquisition in e-Commerce.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or Executive Orders, 52.211-6, Brand Name or Equal, 52.219-6, Notice
of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755),
52.222-19, Child LaborCooperation with Authorities and Remedies
(E.O.13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999),
52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain
Foreign Purchases (E.O.'s, proclamations, and statutes administered by the
Office of Foreign Assets Control of the Department of the Treasury), 52.232-
33, Payment by Electronic Funds TransferCentral Contractor Registration (31
U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive OrdersCommercial Items (Deviation) also
applies to this acquisition, 52.204-99, System for Award Management
Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with
Disabilities, 52.204-2, Security Requirements, 252.209-7998, Representation
Regarding Conviction of a Felony Criminal Violation under any Federal or State
Law, 252.211-7003, Item Unique Identification and Valuation.
This RFQ closes on June 6, 2014 at 10:00 AM, Pacific Daylight Time (PDT).
Quotes uploaded on the SPAWAR e-commerce website at
https://ecommerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-14-T-6666.
The point of contact for this solicitation is Danilo Ibarra at
[email protected]. Please include RFQ N66001-14-T-6666 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.
Bid Protests Not Available