Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOLICITATION NOTICE

D -- Cisco SMARTnet Service for NIST Gaithersburg - Attachments

Notice Date
6/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RP-0067
 
Archive Date
8/11/2012
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
carol.wood@nist.gov, chon.son@nist.gov
(carol.wood@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment II Attachment I THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Proposal (RFP) for commercial items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAR) 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 including Exception 2 for value added resellers. The small business size standard is 150 employees. This acquisition is 100% set-aside for small business. This solicitation is being procured using procedures set forth in FAR Subpart 15, Contracting by Negotiation. The purpose of this acquisition is to renew CISCO SMARTnet service for one year for the large inventory of Cisco equipment and software in possession of the National Institute of Standards and Technology (NIST), Office of Information Systems Management (OISM) located in Gaithersburg, MD. This is a brand name only requirement for CISCO SMARTnet service. Offerors must provide Cisco SMARTnet maintenance service for all equipment listed herein. SMARTnet service is a technical support service that offers direct access to CISCO engineers at the CISCO Technical Assistance Center (TAC) and an extensive range of technical resources. Cisco SMARTnet service includes access to the extensive Cisco.com knowledge base and tools for easy access to online technical information and service request management. It also includes ongoing Cisco software operating system support on licensed operating system software. Support includes access to both minor and major releases within the licensed feature set and next-business-day parts replacement. OISM has a complex environment of networks, servers and applications which includes over 500 CISCO in production devices at the Gaithersburg campus. Due to the critical nature of the production network equipment and to meet NIST mission requirements, the OISM requires a maintenance contract for 8x5 support with next business day hardware replacement of CISCO hardware and software maintenance to access to up-to-date revisions and security patches to meet NIST's security requirements. A spare parts inventory for immediate replacement of failed parts exists but is small due to cost, space, and the service life of the devices. This inventory enables the OISM to reduce its maintenance cost down to an 8x5 support advance hardware replacement package instead of requiring a vastly more expensive 24x7 contract. CISCO provides an 8x5 next business day SMARTnet contract. OISM requires the access to the Cisco.com knowledgebase and tools and the CISCO Technical Assistance Center with direct access to CISCO engineers to help troubleshoot critical problems that arise due to the complex environment. Only SMARTnet contract customers have direct access to CISCO engineers and can escalate problems to CISCO developers. Access to the CISCO TAC is only available to CISCO SMARTnet service contract customers or those who pay a "per-incident fee". The TAC has also been invaluable to configuring the new NIST wireless service to meet security requirements. The OISM requires the ability to obtain proprietary CISCO OS software updates for licensed feature sets for all the production devices. Software updates include bug fixes and maintenance, minor, and major releases within a feature set and security patches. Only devices that remain under the CISCO SMARTnet coverage can be updated. If NIST did not have CISCO SMARTnet coverage, NIST would be required to pay an additional fee for all 500+ devices each time an update was required. Because of the critical nature of the NIST network equipment, the OISM requires that any failed CISCO device must be replaced with a new version of the same CISCO model or a newer CISCO model. All CISCO software license grants are to end-user purchasers and are non-transferable. Only CISCO authorized service contracts can ensure that license of the product remains when the equipment is replaced. Only the Cisco SMARTnet service can meet NIST's hardware and software requirements, and the immediate access to Cisco engineers when critical issues arise. The existing networking equipment utilizes the Cisco IOS, which is a proprietary product. Cisco SMARTnet is the only technical maintenance support option capable of servicing this proprietary operating system. NIST network personnel are trained and have developed specialized expertise working in a Cisco Systems oriented network environment, which requires SMARTnet maintenance support. OISM has made a substantial investment of both funding and training to achieve the current state of network operational stability and functionality. This procurement will provide continued support services to the existing network infrastructure. Cisco is the original equipment and software manufacturer and the only company with the proprietary knowledge and expertise to offer SMARTnet service. Cisco has partnered with and trained several companies, Cisco certified partners, who are the only companies authorized to offer renewal subscriptions for the SMARTnet services. Responsible quoters shall provide pricing for all line items identified herein. LINE ITEMS 0001 through 0061. SMARTnet Maintenance service for Cisco equipment and software at NIST Gaithersburg. SMARTnet Maintenance service shall include, at a minimum: -8 x 5 x next business day hardware repairs; -Access to a CCO account on Cisco's website; -Access to software downloads from Cisco's website; -Access to Cisco's Technical Assistance Center for troubleshooting. Reference Attachment I for Product Numbers, Product Descriptions, and quantities of each product. Reference Attachment II for Serial Numbers of each product. Pending serial numbers shall be provided immediately upon award. The period of performance shall be September 28, 2012 through September 27, 2013. DELIVERY All service shall be performed at NIST, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery terms shall be FOB Destination. The Contractor shall pack and mark shipments in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. INSPECTION AND ACCEPTANCE CRITERIA NIST will inspect to ensure that the required equipment has been services and equipment is functional in accordance with manufacturer's specifications. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. NIST anticipates a single award to the technically acceptable/lowest price offeror. Technically acceptable means: (i) That the offeror is a Cisco certified partner; (ii) Is authorized to offer renewal subscriptions for the SMARTnet services; and (iii) Can, in coordination with proposed subcontractor(s), provide all products and services required, to administer the maintenance. Price Evaluation Price will be evaluated but not scored. Evaluation of prices proposed for services will determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed prices must be entirely compatible with the technical proposal. ADDENDUM TO 52.212-1 All Offerors shall submit all of the following: 1) An original and one copy of a technical proposal which addresses all line items; 2)Documentation that the offeror is a Cisco certified partner, is authorized to offer renewal subscriptions for the SMARTnet services; and can, in coordination with proposed subcontractor(s), provide all products and services required, to administer the maintenance. 3) An original and one copy of a price quotation which includes FOB Destination pricing for all line items; 4) This is an Open-Market Combined Synopsis/Solicitation for equipment, software, installation, training, configuration, warranty, and training as defined herein. The Government intends to award a firm fixed price contract as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL offers shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a proposal based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant contract, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the proposal; 5) If the Offeror is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; 6) The Offeror's Dun and Bradstreet number; 7) The successful Offeror must be registered in the Central Contractor Registration (CCR). Failure or refusal to register will forfeit award. DUE DATE FOR PROPOSALS All proposals shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFP number is visible on the outermost packaging. Submission must be received in the NIST/Acquisition Management Division, 100 Bureau Drive, MS1640, Gaithersburg, MD 20899, not later than 3:30 p.m. local time on July 27, 2012. E-mail proposals shall be accepted. Fax proposals shall not be accepted. An e-mail proposal shall be considered received when it is received in the electronic inbox of Carol Wood. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of hard copies of proposals. If hard copies are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, offerors who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver proposals on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; 52.204-4, Printed or Copied Double-Sided on Post-Consumer Fiber Content Paper 52.209-7, Information Regarding Responsibility Matters; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-6, Notice of Total Set-Aside for Small Business; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.237-34, FOB Destination; 52.252-2, Clauses Incorporated by Reference; Department of Commerce Acquisition Regulation (CAR) clauses. Please submit a written request to the Contract Specialist for the full text of these clauses. 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Representative (COR); 1352.209-73, Compliance with the Laws; 1352.209-74 Organizational Conflict of Interest; 1352.237-75, Key Personnel; 1352.233-70, Agency Protests; 1352.233-71, GAO and Court of Federal Claims Protests; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm National Institute of Standards and Technology Clauses. NIST LOCAL 04 Billing Instructions; NIST LOCAL 41, Software License Addendum a) This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. Section 601 et.seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those having jurisdiction over federal procurement matters. Attorney's Fees: Attorney's fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. Section 504. No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U.S.C. Section 1341(a). Assignment: Payments may only be assigned in accordance with the Assignment of Claims Act, 31 U.S.C. Section 3727, and FAR Subpart 32.8, "Assignment of Claims." Invoices: Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. Section 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. Section 516). Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the government to unilaterally exercise one or more options to extend the term of the agreement. (END OF CLAUSE)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RP-0067/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02790026-W 20120630/120629000451-ea0fee33937c8418e0a4c8652a653d52 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.