SOLICITATION NOTICE
58 -- CISCO NETWORKING - JA Brand Name
- Notice Date
- 4/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002833406613
- Archive Date
- 5/3/2014
- Point of Contact
- Claudio T. Casupang, Phone: 9514132381, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
claudio.casupang@dma.mil, susan.madrid@dma.mil
(claudio.casupang@dma.mil, susan.madrid@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- JA Brand Name HQ002833406613 Title: CISCO SYSTEM Description(s): COMBINED SYNOPSIS/SOLICITATION CISCO SYSTEM This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 written solicitation will not be issued. a. Solicitation Number HQ002833406613 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-72, effective 30 January 2014 and DFARS Change Notice 20140311. c. This procurement is a brand name requirement, associated with NAICS Code 334290 is unrestricted. d. Description: Note: THESE ITEMS ARE BRAND NAME, SEE THE ATTACHED JUSTIFICATION AND APPROVAL. FILL IN ALL UNIT PRICE AND TOTALS. FOR CONSIDERATION MAKE SURE FREIGHT IS ABSORBED IN UNIT PRICE CLIN CLIN 0001: SERVICE Part Number: R-PI2X-K9 W/OPTS DESCRIPTION: NON-PERSONAL; CISCO NETWORK INFRASTRUCTURE LIFECYCLE MANAGEMENT, LICENSING, CONFIGURATION, MONITORING; C/O: 1EA CISCO PRIME INFRASTRUCTURE 2.X (R-PI2X-K9), 1EA ESSENTIAL SW NULL SKU-NO LINE ITEM SERVICES INCLUDED (CON-ESW-PI2XK9B), 1EA PRIME INFRASTRUCTURE, LMS LICENSE KIT (L-PILMS42-KIT), 1EA PRIME INFRASTRUCTURE LMS 4.2A, 100 DEVICE BASE LIC (L-PILMS42A-100), 1EA PRIME INFRASTRUCTURE LMS 4.2A, 50 DEVICE BASE LIC (L-PILMS42A-50), 1EA PRIME INFRASTRUCTURE 2.0 SOFTWARE (R-PI20-SW-K9), 1EA ESSENTIAL SW PRIME INFRASTRUCTURE 2.0 SOFTWARE (CON-ESW-PI20SW), 1EA PRIME INFRASTRUCTURE 2.X, LIFECYCLE, 50 DEVICE LIC (L-PI2X-LF-50), 1EA PRIME INFRA LIFECYC UNIT UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0002: ROUTER Part Number: CS-E300-K9 W/OPTS DESCRIPTION: C/O: 1EA CISCO EDGE 300 SERIES 2G MEM 2G FLASH 4FE 1GE (CS-E300-K9), 1EA SMARTNET 8X5XNBD CISCO EDGE 300 SERIES (CON-SNT-CSE300K), 1EA AC POWER CORD, 16AWG (CAB-16AWG-AC), 1EA CISCO E300 SERIES WALL MOUNT KIT (ACC-E300-WALL); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 5 EA = $__________________ CLIN 0003: TRANSCEIVER Part Number: GLC-SX-MMD= DESCRIPTION: MODULE; SFP(MINI-GBIC); 850NM; LC CONNECTOR/MULTI-MODE; HOT-PLUGGABLE; 1GBPS DATA TRANSFER RATE; DOM SUPPORT; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 2 EA = $__________________ CLIN 0004: ACCESSORY KIT Part Number: AIR-CT5508FIPSKIT DESCRIPTION: F/U/W: CISCO 5508 WIRELESS CONTROLLER; C/O: OPACITY SHIELD, RACK MOUNT HARDWARE, TAMPER EVIDENCE LABELS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 1 EA = $__________________ CLIN 0005: ACCESSORY KIT Part Number: AIRLAP-FIPSKIT= DESCRIPTION: NETWORK DEVICE; C/O: TAMPER EVIDENT LABELS F/U/W: CISCO AIRONET WIRELESS ACCESS POINT DEVICES; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 4 EA = $__________________ CLIN 0006: NETWORK SWITC Part Number: N3K-C3548P-10G W/ DESCRIPTION: 48-PORT GB ETH PORTS, 10 GB ETH SFP+; RACKMOUNT (1RU); C/O: 1EA NEXUS 3548, 48 SFP+ PORTS (N3K-C3548P-10G), 1EA SMARTNET 24X7X4 NEXUS 3548, 48 SFP+ (CON-SNTP-3548P10G), 2EA NEXUS 2200 FEX POWER SUPPLY, BACK TO FRONT AIRFLOW (N2200-PAC-400W-B), 2EA POWER CORD, 200/240V 6A NORTH AMERICA (CAB-N5K6A-NA), 1EA NEXUS 3500 BASE LICENSE (N3548-BAS1K9), 1EA NEXUS 3548 LAYER 3 LAN ENTERPRISE LICENSE (N3548-LAN1K9), 1EA NEXUS 3064PQ ACCESSORY KIT (N3K-C3064-ACC-KIT), 6EA 10GBASE-LR SFP MODULE (SFP-10G-LR), 1EA NX-OS RELEASE 6.0(2)A1(1B) (N3KUK9-602A1.1B), 4EA NEXUS 2K/3K SINGLE FAN, REVERSE AIRFLOW, PORT SIDE INTAKE (NXA-FAN-30CFM-B); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 2 EA = $__________________ CLIN 0007: TRANSCEIVER M Part Number: SFP-10G-LR= DESCRIPTION: SFP(GBIC); 1310NM; LC CONNECTOR/SINGLE MODE; HOT-PLUGGABLE; 10GBPS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 8 EA = $__________________ CLIN 0008: NETWORK APPLI Part Number: PRIME-NCS-APL-K9 DESCRIPTION: NETWORK CONTROL SYSTEM; C/O: 1EA CISCO PRIME NETWORK CONTROL SYSTEM HARDWARE APPLIANCE (PRIME-NCS-APL-K9), 1EA SMARTNET 24X7X4 CISCO PRIME NETWORK CONTROL SYSTEM HW (CON-SNTP-NCSAPL9), 1EA CISCO PRIME INFRASTRUCTURE 2.0 APPLIANCE SOFTWARE (PI-APL-IMAGE-2.0), 2EA AIR LINE CORD NORTH AMERICA (AIR-PWR-CORD-NA); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 1 EA = $__________________ CLIN 0009: NETWORK SWITC Part Number: WS-C3560X-48PF-L DESCRIPTION: C/O: 1EA CAT 3560X 48 PORT FULL POE LAN BASE (WS-C3560X-48PF-L), 1EA SMARTNET 24X7X4 CAT 3560X 48 PORT FULL POE LAN BASE (CON-SNTP-3560X4FL), 2EA AC POWER CORD FOR CATALYST 3K-X, NORTH AMERICA (CAB-3KX-AC), 1EA CATALYST 3K-X 1100W AC SECONDARY POWER SUPPLY (C3KX-PWR-1100WAC/2), 1EA CONSOLE CABLE 6FT WITH RJ45 AND DB9F (CAB-CONSOLE-RJ45), 1EA CATALYST 3K-X 10G NETWORK MODULE OPTION PID (C3KX-NM-10G), 1EA CAT 3560X IOS UNIV, NO MACSEC W/WEB BASED DEV MGR (S356XVK9TN-15002SE), 1EA CATALYST 3K-X 1100W AC POWER SUPPLY (C3KX-PWR-1100WAC), 1EA INSERT, PACKOUT, PI-MSE (PI-MSE-PRMO-INSRT); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 4 EA = $__________________ CLIN 0010: WIRELESS ACCE Part Number: AIR-CAP3602I-A-K9 DESCRIPTION: C/O: 1EA 802.11N CAP W/CLEANAIR, 4X4:3SS, MOD, INT ANT, A REG DOMAIN (AIR-CAP3602I-A-K9), 1EA SMARTNET 24X7X4 802.11N CAP W/CLEANAIR 4X4 3SS MOD INT (CON-SNTP-C362IA), 1EA 802.11N AP LOW PROFILE MOUNTING BRACKET, DEFAULT (AIR-AP-BRACKET-1), 1EA CEILING GRID CLIP FOR AIRONET APS, FLUSH MOUNT (AIR-AP-T-RAIL-F), 1EA CISCO 3600 SERIES IOS WIRELESS LAN RECOVERY (SWAP3600-RCOVRY-K9); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 4 EA = $__________________ CLIN 0011: NETWORK MGMT Part Number: AIR-MSE-3355-K9 W DESCRIPTION: MOBILITY SERVICES ENGINE; C/O: 1EA MSE 3355 HARDWARE, SELECT L-MSE-PAK FOR MSE LIC (AIR-MSE-3355-K9), 1EA SMARTNET 24X7X4 MSE 3355 HARDWARE (CON-SNTP-MSE3355), 1EA CISCO 3355 MOBILITY SERVICES ENGINE SW (SWMSE3355K9), 2EA AIR LINE CORD NORTH AMERICA (AIR-PWR-CORD-NA), 1EA MOBILITY SERVICES CONFIGURABLE (PAK AIR-MSE-PAK), 1EA SW APP SUPP + UPGR MOBILITY SVCS CONFIGURABLE PAK (CON-SAU-AMSEPAK), 1EA INSERT, PACKOUT, PI-MSE (PI-MSE-PRMO-INSRT), 1EA CONTEXT AWARE ENGINE FOR CLIENTS LIC/1K CLIENTS (AIR-CAS-1KC-K9), 1EA SW APP SUPP + UPGR CONTEXT AWARE ENGINE FOR CLIENTS LIC(CON-SAU-A1KCK9); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 1 EA = $__________________ CLIN 0012: WIRELESS CONT Part Number: AIR-CT5508-12-K9 DESCRIPTION: NETWORK MANAGEMENT DEVICE; 8-PORT, 12-MAPS, GB LAN; C/O: 1EA CISCO 5508 SERIES WIRELESS CONTROLLER FOR UP TO 12 APS (AIR-CT5508-12-K9), 1EA SMARTNET 8X5XNBD CISCO 5508 SERIES (CON-SNT-CT0812), 1EA CISCO UNIFIED WIRELESS CONTROLLER SW RELEASE 7.4 (SWC5500K9-74), 1EA AIR LINE CORD NORTH AMERICA (AIR-PWR-CORD-NA), 1EA 12 AP BASE LICENSE (LIC-CT5508-12), 1EA BASE SOFTWARE LICENSE (LIC-CT5508-BASE), 1EA INSERT, PACKOUT, PI-MSE (PI-MSE-PRMO-INSRT); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 1 EA = $__________________ TOTAL PRICE (CLIN 0001 THRU CLIN 0012) FOR THIS QUOTE $________________________________________ FOR CONSIDERATION ENSURE FREIGHT IS ABSORBED IN UNIT PRICE e. Delivery and acceptance will be made at location: FOB DESTINATION NAVAL MEDIA CENTER AFLOAT DIVISION WAREHOUSE NAVAL MEDIA CENTER 8435 E BEECHCRAFT AVENUE GAITHERSBURG, MD 20879-5000 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (JUL 2013) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG 2013). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (SEP 2013) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (SEP 2013) 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JUL 2013) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (Jan 2005) FAR 52.225-18 Place of Manufacture (Sep 2006) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System For Award Management) (MAY 2013) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (MAY 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) 52.222-50 -- Combating Trafficking in Persons. Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) j. QUOTATIONS ARE DUE BY 1:00PM PACIFIC STANDARD TIME ON 18 APRIL 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.casupang@dma.mil. On the Subject line of the e-mail insert " QUOTE HQ002833406613 " to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact.: Claudio T. Casupang, Contract Specialist claudio.casupang@dma.mil Phone: 9514132381 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.madrid@dma.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: 23755 Z Street Riverside, California 92518-2031 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d7fc670e545c6cc2e33b51a251da5b05)
- Place of Performance
- Address: NAVAL MEDIA CENTER AFLOAT DIVISION, WAREHOUSE NAVAL MEDIA CENTER, 8435 E BEECHCRAFT AVENUE, GAITHERSBURG, Maryland, 20879-500, United States
- Record
- SN03328189-W 20140405/140403235812-d7fc670e545c6cc2e33b51a251da5b05 (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 |