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-7448. This requirement is set-aside for
small businesses, NAICS code is 334118 and the size standard is 1000
Employees.
Item 0001 Quote Brand NameDo Not Substitute
14" NOTEBOOK COMPUTER
2.6 GHZ INTEL CORE i5-3320M DUAL-CORE, 4GB, OF 1333MHz DDR3 RAM,
500GB
HARD DRIVE, 14" CIRCULUMIN LED-BACKLIT DISPLAY, 1366 X 768 NATIVE
RESOLUTION, SUPERMULTI DVD BURNER, WINDOWS 7 PROFESSIONAL
MFR: PANASONIC
P/N: CF-53JALZY1M
QTY: 4 EA
Item 0002 Quote Brand NameDo Not Substitute
19" KVM SWITCH RACK CONSOLE
VGA 1U LCD RACK CONSOLE WITH 19" LCD DISPLAY WITH KEYBOARD,
TOUCHPAD AND
CABLE KIT FOR USB-VGA CONNECTIONS, 120/240V AC, 1366 X 768 SCREEN
RESOLUTION
MFR: TRIPP-LITE
P/N: B021-000-19
QTY: 1 EA
Item 0003 Quote Brand NameDo Not Substitute
SECURE RACKMOUNTED KVM SWITCH NIAP-4 CERTIFIED, 8-PORT SWITCH, 1-
LOCAL
USER, USB AND VGA SUPPORT, 2048 X 1736 MAX VIDEO RESOLUTION, 240V AC
MFR: AVOCENT
P/N: SC180-001
QTY: 1 EA
Item 0004 Quote Brand NameDo Not Substitute
KVM SWITCH CABLE, USB-VGA, 12FT LONG, COPPER, COMPATIBLE WITH
AVOCENT
SWITCHVIEW SC KVM SWITCH
MFR: AVOCENT
P/N: SCUSB-12
QTY: 4 EA
Item 0005 Quote Brand NameDo Not Substitute
UNINTERRUPTIBLE POWER SUPPLY (UPS) SMARTUPS, 1000WATTS, 1440VA
LCD, 120
VOLTS AC INPUT, 2U-RACKMOUNTABLE WITH RAILS
MFR: APC
P/N: SMT1500RM2U
QTY: 2 EA
Item 0006 Quote Brand NameDo Not Substitute
INTEGRATED ROUTER SECURITY BUNDLE, 2GB-DRAM. 3 ONBOARD GE, 4 EHWIC
SLOTS, 2 DSP SLOTS, 256MB CF DEFAULT, 512MB DRAM DEFAULT, IP BASE
WITH
250-WATTS POWER SUPPLY, 120-VOLTS AC INPUT.
MFR: CISCO
P/N: WS C2901-SEC/K9
QTY: 2 EA
Item 0007 Quote Brand NameDo Not Substitute
SFP MODULE
1000BASE-T SMALL FORM FACTOR PLUGGABLE (SFP) MINI GBIC, 1GBPS
GIGABIT
ETHERNET, 0.6"H X 0.5"W X 2.8"D
MFR: CISCO
P/N: GLC-T=
QTY: 4 EA
Item 0008 Quote Brand NameDo Not Substitute
ETHERNET SWITCH MODULE
4 PORT 10/100BASE-T ETHERNET SWITCH HIGH-SPEED WAN INTERFACE CARD
0.8"H x 3.1"W x 4.7"D
MFR: CISCO
P/N: HWIC-4ESW=
QTY: 2 EA
Item 0009 Quote Brand NameDo Not Substitute
24U ELECTRONIC DATA CABINET, FRAME SIZE: (48"H X 30"W X 32"D), BLACK
BOX, ELITE CABINET, FRAME SIZE 24U (48"H X 30"W X 32"D), 19-INCH
STANDARD MOUNTING RAILS, 32-INCH DEEP, WITH M6 RAILS SQUARE HOLES,
SPLIT
(MESH) FRONT-DOOR, SPLIT MESH REAR-DOOR, MESH-VENTED SIDE-PANELS,
MESH
CABINET TOP, WITH LOCKING KEYS.
MFR: BLACKBOX
P/N: EC24U3032SDDMMNK
QTY: 1 EA
Item 0010 Quote Brand NameDo Not Substitute
ELITE SERIES 32"D HEAVY DUTY VENTED SHELF FOR 19" BLACKBOX CABINET
MFR: BLACKBOX
P/N: RM410-R2
QTY: 2 EA
Item 0011 Quote Brand NameDo Not Substitute
1U BRACKET, 2 PAIR
VERTICAL PDU 19" MOUNTING KIT, 0U, PAIR
MFR: BLACKBOX
P/N: ECPDUMK
QTY: 2 EA
Item 0012 Quote Brand NameDo Not Substitute
SHELF FOR KG-175D ENCRYPTOR
STEEL RACK MOUNT SHELF KIT. 19" RACKMOUNT SHELF THAT WILL SECURELY
RACK
MOUNT UP TO 3 TACLANE-MICRO/C100 UNITS WITHOUT POWER SUPPLIES, OR
2
TACLANE-MICRO/C100 UNITS WITH POWER SUPPLIES.
MFR: GENERAL DYNAMICS
P/N: MC-106A
QTY: 1 EA
Item 0013
CAT6 ENHANCED ETHERNET CABLE, 4 PAIRS SOLID, 23 AWG, PLENUM JACKET,
SHIELDED (STP), 1000FT BULK (ONE CONTINUOUS LENGTH), LIGHT BLUE
COLOR
MFR: BELDEN OR EQUIVALENT
P/N: 904401
QTY: 1 RL
Item 0014
CAT6 PATCH CABLE, 12FT (3 METER) SNAGLESS, SHIELDED STP, NETWORK
PATCH
CABLE, LIGHT BLUE COLOR
MFR: C2G OR EQUIVALENT
P/N: PN:00801
QTY: 12 EA
Item 0015
RACK SCREW AND CAGE NUTS, SIZE M6, 5/8" LONG, PACK OF 20
MFR: BLACKBOX OR EQUIVALENT
P/N: RM-408
QTY: 5 PK
Item 0016
CAT6 ENHANCED ETHERNET CABLE, 4-PAIRS SOLID, 23AWG, PLENUM JACKET,
SHIELDED (STP), 1000FT BULK (ONE CONTINUOUS LENGTH), RED COLOR
MFR: BELDEN OR EQUIVALENT
P/N: 904402
QTY: 1 RL
Item 0017
6 OUTLET POWER STRIP, EMI/RFI OICE FILTERING, SINE WAVE TRACKING,
SURGE
PROTECTION INDICATOR, THERMAL CUTOFF DEVICE, DULAL POLE SWITCH
MFR: EFI ELECT OR EQUIVALENT
P/N: MPS-6E
QTY: 4 EA
Item 0018 Quote Brand NameDo Not Substitute
10/100 BRIDGING MEDIA CONVERTER, 850NM WAVELENGTH, 10/100BASE-SX,
MULTIMODE, RJ45-SC CONNECTORS
MFR: TRANSITION NETWORKS
P/N: SSEFT1013-205
QTY: 6 EA
Item 0019
CONNECTOR, FIBER OPTIC, SC TYPE, HOTMELT 62.5/125um
MFR: 3M OR EQUIVALENT
P/N: 6300
QTY: 50 EA
Item 0020
FIBER OPTIC CABLE, MIC, PLENUM, 2-STRANDS, MULTIMODE, 125um, 1000-FT
BULK.
MFR: CORNINGWARE OR EQUIVALENT
P/N: 002K88-31130-29
QTY: 2 RL
Item 0021
FIBER OPTIC CONNECTOR PANEL
CONNECTOR BULKHEAD, 12-STRANDS (6-PAIRS), SC CONNECTORS, DUPLEX,
MULTIMODE CONNECTOR HOUSING PANEL, 62.5um.
MFR: CORNINGWARE OR EQUIVALENT
P/N: CCH-CP12-91
QTY: 2 EA
Item 0022
PATCH PANEL CANNECTOR HOUSING
CONNECTOR HOUSING, FIBER OPTIC PATCH PANEL HOUSING,RACK MOUNTED
19-IN
WIDE.
MFR: CORNINGWARE OR EQUIVALENT
P/N: CCH-01U
QTY: 1 EA
Item 0023 Quote Brand NameDo Not Substitute
ETHERNET SWITCH
FIBER OPTIC STACKABLE 12 GE SFP PORTS. FOUR OPTIONAL UPLINK NETWORK
MODULES WITH GE OR 10GE PORTS. MEDIA ACCESS CONTROL SECURITY
HARDWARE-BASED ENCRYPTION.
MFR: CISCO
P/N: WS-C3750X-12S-S
QTY: 2 EA
Item 0024 Quote Brand NameDo Not Substitute
CISCO MINI TRANCEIVER MODULE, SFP MODULE (GBIC), MULTIMODE, 850nm
WAVELENGTH, WITH LC-FIBER OPTIC CONNECTOR
MFR: CISCO
P/N: GLC-SX-MM
QTY: 8 EA
Item 0025
LC-SC PATCH CABLE, 3-METERS, MULTIMODE, 62.5/125um ORANGE
MFR: BELKIN OR EQUIVALENT
P/N: F2F202L7-03M
QTY: 10 EA
Item 0026
SC-SC FIBER PATCH CABLE, 3-METERS, DUPLEX MULTIMODE, 62.A/125um,
ORANGE
MFR: C2G OR EQUIVALENT
P/N: 36423
QTY: 4 EA
Item 0027
RJ-45 MODULAR CONNECTOR PLUGS, MALE, CAT-6, SHIELDED, SOLID WIRE,
100-PACK
MFR: BLACKBOX OR EQUIVALENT
P/N: C6EZSP-100PAK
QTY: 1 PK
Item 0028
ESTIMATED SHIPPING VIA COMMERCIAL AIR TO JAPAN
U.S. FLEET ACTIVITIES YOKOSUKA
SPAWAR BLDG. A-40
1-CHOME HONCHO, YOKOSUKA-SHI
KANAGAWA-KEN, JAPAN 238-0041
QTY: 1 LOT
In order to be considered for award, the vendor must either be a Premier,
Silver, or Gold Certified Cisco Partner. All vendors are required to submit
documentation with their offer that identifies Cisco Partnership level. The
vendor's Cisco Partner status will be verified by the Government prior to
award. The vendor shall warrant that all products are new and in their
original
Cisco box. The vendor confirms to have sourced all Cisco products provided
under this contract directly from Cisco or through Cisco authorized channels
only.
"The statement below applies to CLINS ------
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. "
Basis for award: The government anticipates awarding a firm-fixed price
purchase order and it will be based on the lowest technically acceptable quote.
Quotes will be evaluated on an "all or none" basis.
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-73 (04/29/2014) and Defense Federal
Acquisition Regulation Supplement (DFARS), April 28, 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 DFARS 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, 52.214-3, Amendments to Invitations for
Bids, 52.214-4, False Statements and Bids, 52.214-5, Submission of Bids,
52.214-6, Explanation to Prospective Bidders, 52.214-7, Late Submissions,
Modifications, and Withdrawals of Bids, 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), 52.233-3, Protest
After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract
Claim (Pub. L. 108-77, 108-78), 52.232-33, Payment by Electronic Funds
TransferCentral Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Commercial Items (Deviation) also applies to this acquisition, 52.204-99,
System for Award Management Registration (Deviation), 52.222-36,
Affirmative Action for Workers with Disabilities, 52.204-2, Security
Requirements, DFARS 252.209-7998, Representation Regarding Conviction of a
Felony Criminal Violation under any Federal or State Law,
This RFQ closes on May 14, 2014 at 12:00 PM, Pacific Standards Time (PST).
Quotes uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-14-T-7448.
The point of contact for this solicitation is Shawna Nevins at
[email protected]. Please include RFQ N66001-14-T-7448 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