SOLICITATION NOTICE
70 -- Cisco Smartnet Maintenance and Support - Attachment A
- Notice Date
- 8/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP470712Q0089
- Archive Date
- 9/6/2012
- Point of Contact
- David Stemple, Phone: 269-961-5372, Randy Powell, Phone: 269-961-7110
- E-Mail Address
-
david.stemple@dla.mil, randy.powell@dla.mil
(david.stemple@dla.mil, randy.powell@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment A Defense Logistics Agency has a requirement for brand name Cisco Smartnet Maintenance and Support. This is issued as Request for Quotation (RFQ) # SP4707-12-Q-0089. Place of performance is Battle Creek, Michigan. Inspection, acceptance and F.O.B. are at destination, Battle Creek, Michigan. Delivery shall be no later than 30 calendar days after award date. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-60. This acquisition is set-aside 100% for small business concerns, and the associated NAICS code is 541519 with a SBA size standard of 150 in employment. Offerors shall provide a price for each contract line item number (CLIN) in their quote. Quotes with quantities of less than requested or products other than those specifically requested by brand name will be rated technically unacceptable. CLIN Descriptions: CLIN 001: Cisco Smartnet Annual Support Renewal for DLA Disposition Services, P/N: Reference attachment A, QTY: 1YR. Redacted Brand Name Justification: Defense Logistics Agency (DLA) currently requires annual renewal of the current Cisco Smartnet Maintenance to establish and/or update existing infrastructure maintenance agreements for Cisco equipment currently owned by the agency. Defense Logistics Agency is required to procure this service to sustain operational capability. The cost of purchasing Smartnet maintenance includes all updates, support, and replacement of existing components. The cost of renewing support agreements outweighs the cost of procuring another manufacturers hardware and support agreements. DLA Headquarters mandates use of all Cisco equipment in order to comply with network STIG requirements (Port Security, security in-depth, vulnerability assessments, etc.). This is to ensure that all PLFA's use standard like equipment and will not fall into a proprietary system of maintenance and failure. Other manufacturers have been deemed not to meet all security requirements required by DoD and DLA regulations. To comply with DLA Headquarters and DLA CERT requirements, Cisco brand named equipment, and service to support this equipment, is customary for DLA activities. Cisco equipment fully meets security requirements set forth by DoD and DLA. These requirements are mandatory to maintain our site Authority to Operate (ATO) and site accreditation. Purchasing Cisco maintenance and keeping all our network infrastructure equipment from one vendor improves compatibility. Additionally, this greatly increases the response time in detecting vulnerabilities, testing patches, and application to production equipment. Mixing vendor equipment throughout the network has the potential to cause infrastructure instability. This will cause loss of work for our customers and incur contract hours for trouble-shooting/ repair. The required software updates required to maintain a current and up-to-date secure network are only available from Cisco. Only the original equipment manufacturer (CISCO) or Cisco-authorized Smartnet providers are eligible to be considered technically acceptable. Offerors shall certify that they are a Cisco Authorized Channel as of the date of the submission of their response. Further, offerors shall provide documentation supporting their certification and specialization level required by Cisco to support the product sale. Offerors that do not submit supporting documentation of their Cisco partner certification and certification level shall be rated technically unacceptable. By submitting a response to this solicitation the vendor certifies to source all Ciscoproducts directly from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current, applicable Cisco policies. The evaluation factor(s) for award is; lowest-price, technically acceptable. Any resulting contract or order will be firm-fixed price. Please place "SP4707-12-Q-0089" in the subject field of any e-mail correspondence. Questions regarding this RFQ are due by Friday, August 17, 2012 at 4:00 PM EST. Late questions shall not be answered. Responses are due by Wednesday, August 22, 2012 at 4:00 PM EST. Late quotes or proposals shall not be accepted and will not be considered for award. Please include/ identify your Cage Code within your quote. Questions and/or quotations must be submitted in writing through e-mail to BTOH; David Stemple, the primary point of contact for this announcement, at david.stemple@dla.mil, and, Randy Powell, the secondary point of contact for this announcement, at randy.powell@dla.mil. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Instructions to Offerors -- Commercial Items (Feb 2012) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (Apr 2012) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Feb 2012) -- FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2012) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). In paragraph (b) the following clauses apply: _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). _X_ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X_ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _X_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). _X_ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Levies on Contract Payments (Dec 2006) DFARS 252.232-7010. Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) -- DFARS 252.212.7001 In paragraph (b) the following clauses apply: (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (91) 52.212-9000, Changes - Military Readiness, as prescribed in 12.302(b)(3)(91). (96) The provision at DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government, as prescribed in DFARS 209.104-70(b). (103) The clause at 52.211-9014, Contractor Retention of Traceability Documentation, as prescribed in 11.304-92. (108) The clause at FAR 52.242-15, Stop Work Order, as prescribed in FAR 42.1305(b)(1). (115) 52.246-2, Inspection of Supplies - Fixed Price. (116) the clause at 52.246-9066, Documentation of Traceability, as prescribed in 46.490(c).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a1cfd579dab5e678a8e99fd10e59302b)
- Place of Performance
- Address: HDI Federal Center, 74 Washington Ave. North, Battle Creek, Michigan, 49037, United States
- Zip Code: 49037
- Zip Code: 49037
- Record
- SN02834863-W 20120812/120810235946-a1cfd579dab5e678a8e99fd10e59302b (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 |