Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2014 FBO #4554
SOLICITATION NOTICE

70 -- CISCO Equipment Upgrade - Package #1

Notice Date
5/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M95430-14-SU-YG005
 
Archive Date
6/21/2014
 
Point of Contact
Teri Lynn Bischof, Phone: 7034321782
 
E-Mail Address
teri.bischof@usmc.mil
(teri.bischof@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PDF Request for Quote From: Teri L. Bischof, Contracting Specialist, Regional Contracting Office Subject: Request for Quote Date: 12 May 2014 This is a Request for Quotation (RFQ) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 13, as supplemented with additional information included in this notice. This RFQ document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, published January 30, 2014. This RFQ is 100% Small Business Set-Aside. Offerors submitting a quote that are classified as a Large Business Concern shall not be considered. Refer to attached Statement of Deliverables for product information. Line Item No. Item Description Unit Qty Refer to Statement of Deliverables Refer to below Statement of Deliverables for specifications. Delivery Date: 30 June 2014 ea Refer to Statement of Deliverables Delivery date requested: 30 June 2014. Please provide FOB Destination pricing for the following address: United States Marine Corps ATTN: Captain James Ripley Building 2084 South Street Quantico, Virginia 22134 The closing date and time for quote submission is: 6 June 2014, 11:00 AM EST. Offers received after this date and time may be considered non-responsive and will not be given further consideration. Please provide all submissions to Government Point of Contact: Ms. Teri Bischof, teri.bischof@usmc.mil. All contractors must comply with the requirement listed above for this request. Failure to comply may result in disqualification. This will be a Firm Fixed Price (FFP) contract. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the program. Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for the non-priced factors. TECHNICAL EVALUATION STANDARD: The contractor shall address the following three factors: •1. Factor 1 - Technical Capability - Offeror shall clearly demonstrate its approach to technical ability to meet the requirements of CLIN/Line Items based on meeting the requirements of the Request for Quote, quantity, quality and timeliness of delivery. •2. Factor 2 - Price - The offeror shall complete CLIN pricing on page one (1) of this solicitation. In addition to the completed CLIN pricing on page one (1), the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices. DISCUSSIONS: If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the source selection decision. AWARD DECISION: The award decisions will be made as follows: •(1) Step One - Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government's requirement. The Government will evaluate all technical capability quotes received by the required date/time. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated "unacceptable", the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table. Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award. •(2) Step Two - Evaluate Price. The offeror's Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 2 - Price. •(3) Step Three - Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror's quote to the terms and conditions of the solicitation. DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror's submission of a quote constitute a contract or authorize the individual or company to being work. Please Provide the Following: 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF-RA (Wide Area Workflow):_______________ If Not, Will Your Company Register? ________________ 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ If No, Will You Register: ________________ 4. Company Considered Small or a Large Business: _____________ 5. Delivery Time of Requested Items: ____________ 6. FOB Cost If Applicable:_______________ A. NOTE: Is Freight (Fob) Included In Price? If Not, Please Indicate Price and Where It's Being Originated From: _______________ Discount Terms: ___________ Company Name and Address: ___________________________________________________________ _____________________________________________________________________________________ Company Point of Contact: _____________________________________________________ Company Telephone: __________________ Company Facsimile: ___________________ The following FAR clauses and provisions apply to this acquisition and can be viewed at http://www.acquisition.gov/far : 52.204-13 SAM 52.212-1 Instructions to Offerors 52.212-3 Offeror Representations and Certifications - Commercial Items (Complete and return with offer unless registered electronically in SAM at http://www.sam.gov/.) 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 (The following numbered items apply: (14), (28), (29), (30), (31), (40), (44), (50). 52.252-1 Solicitation Provisions Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation (for supplies only) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Alt III Transportation of Supplies by Sea U3DD 250 Receiving Report Submission Through Wide Area Workflow - Receipt and Acceptance (WAWF-RA) ** Special Invoicing Instructions: Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) ** WAWF-RA is the only method authorized by the United States Marine Corps to electronically process payment requests. Compliance with WAWF-RA is mandatory. Include in each offer a statement acknowledging that you are WAWF-RA compliant. In order to get registered with WAWF-RA, visit https://wawf.eb.mil/. In order to WAWF-RA you must designate an Electronic Business Point of Contact (EB-POC) to serve as the group administrator within you company. Statement of Deliverables CISCO HARDWARE REFRESH - MSTPD MAGTF Staff Training Program (MSTP) requires replacement of aging CISCO Network Switching equipment. This is for the purchase of CISCO CATALYST 4500X 16 PORT 10GB IP BASE, CISCO CATALYST 3750X 48 PORT POE IP BASE, CISCO AC SECONDARY POWER SUPPLY, CISCO CAT. 3K-X 10G NETWORK MODULES, CISCO SFP MODULES. MAGTF Staff Training Program (MSTP) must adhere to the standards inherent to Marine Corps Operational Forces. Enhanced Interior Gateway Routing Protocol (EIGRP) is used exclusively by Marine Corps units in the establishment of Internet Protocol (IP) based networks. EIGRP is proprietary to CISCO systems routers and switches. This purchase must also comply with DISA's Joint Interoperability Test Command's (JITC) Approved Product List (APL) for ITEMS of type(s) requiring an IT waiver. Only certain ITEMS that complete certification testing at JTIC are approved for use on Defense Networks. The list of items to be supplied under this order including OEM part numbers as follows: CISCO Part CISCO Description Explanation QTY WS-C4500X-16SFP+ CISCO CAT. 4500-X 16 PORT 10G IP BASE Distribution (IP) switch with 10GBase 5 CON-SNT-WSC16SFX CISCO SMARTNET 8X5XNBD Included support service 5 C4KX-NM-BLANK CISCO CAT. 4500X NETWORK MODULE BLANK Blank cover for empty slot 5 C4KX-PWR-750AC-R CISCO CAT. 4500X 750W AC POWER SUPPLY Primary Power Supply 5 C4KX-PWR-750AC-R/2 CISCO CAT. 4500X 750W AC PWR SUPPLY Redundant Power Supply 5 CAB-US515-C15-US CISCO NEMA 5-15 TO IEC-C15 8FT US AC Power Cord for above 10 S45XU-331-1511SG CISCO CAT. 4500-X UNIVERSAL IMAGE Operating System for above 5 C4500X-16P-IP-ES IP TO ENT SRVC LICENSE FOR 4500-X Additional OS licensing 5 WS-C3750X-48P-S CISCO CATALYST 3750X 48 PORT POE IP BASE Distribution (IP) switch with POE+ 8 CON-SNT-3750X4PS CISCO SMARTNET 8X5XNBD Included support service 8 CAB-3KX-AC CISCO AC POWER CORD AC Power Cord for above 16 C3KX-PWR-715WAC/2 CISCO SECONDARY AC POWER SUPPLY Redundant Power Supply 8 S375XVK9TN- 12258SE CISCO CAT 3750X IOS UNIVERSAL Operating System for above 8 CAB-STACK-50CM CISCO STACKWISE 50CM CABLE Data stack cable for above 8 CAB-SPWR-30CM CISCO STACK POWER CABLE 30 CM Power stack cable for above 8 C3KX-NM-BLANK CISCO CAT. NETWORK MODULE BLANK Uplink bay blank for above 8 C3KX-PWR-715WAC CISCO AC POWER SUPPLY Primary Power Supply 8 SFP-H10GB-CU1-5M= 10GBASE-CU SFP+ CABLE 1.5 METER 10GB Copper Twinax Cable 12 C3KX-NM-10G= CISCO NETWORK MODULE 10GbE uplink module for Catalyst 3k 8 SFP-10G-SR= CISCO 10GBASE-SR SFP MODULE 10GbE SFP Optical Transceiver 5 SFP-10G-LR= CISCO 10GBASE-LR SFP MODULE 10GbE SFP Optical Transceiver 10 •· Items indented in table are subcomponents / accessories not normally priced separately.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M95430-14-SU-YG005/listing.html)
 
Place of Performance
Address: Refer to Request for Quote for delivery locations., Quantico, Virginia, 22193, United States
Zip Code: 22193
 
Record
SN03363686-W 20140514/140512234447-00a22a5073877850027cec9a9d6cd21f (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.