Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
MODIFICATION

59 -- Cisco routers and switches - Amendment 2

Notice Date
3/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-15-Q-1493
 
Archive Date
6/30/2015
 
Point of Contact
Eileen Emond, Phone: 401-832-1482
 
E-Mail Address
eileen.emond@navy.mil
(eileen.emond@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Cisco router specifications Revised Cisco switch specifications Note: The Naval Undersea Warfare Center, Division Newport, Rhode Island is NOT accepting quotes or proposals via submission through NECO. This is a combined synopsis and 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; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-15-Q-1493. NUWC Division Newport intends to purchase the following items: Cisco 29 01/K9 Integrated Service Routers (qty. 6) and Cisco Catalysts WS-C3560X-48T-S 48-port Gigabit switches (qty. 7) in support of the Range Development and Hardware Branch and the Ocean System Support Activity (OSSA). New equipment is required, not refurbished. "Vendor shall certify that it is a Cisco Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing. Unless otherwise specified, vendor shall warrant that the products are new and in their original box. The vendor confirms to have sourced all Cisco products submitted in this offer from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current Cisco's applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco software." Sole make and model is required because NUWCDIVNPT is building on previous work using the same equipment and software whenever possible and to adhere to the goal of cross compatibility with other NUWC designed and /or operated Ranges. No substitutes allowed. All other timely offers will be considered. Offers for other products must contain complete product information and prices. This is 100% set-aside for small business. NAICS Code is 334111. Size standard is 1,000 employees. The NUWCDIVNPT Office for Small Business Programs concurs with the small business set-aside determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater. The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping. Offers should include price and delivery terms and the following additional information: Cage Code and DUNS #. Offers may be submitted to Commercial Acquisition Dept., Building 1258, Naval Undersea Warfare Center Division Newport, Code 0223, 1176 Howell St., Newport, Rhode Island 02841-1708, faxed to 401-832-4820 or e-mailed to eileen.emond@navy.mil. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Required delivery is 4/6/15. If offerors cannot meet this delivery date they shall notify the Government by proposing an alternate delivery date. F.O.B. Destination Naval Station Newport; Newport, RI. Offers must be received by 2:00 p.m. eastern time on 3/20/15. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Eileen Emond at 401-832-1482 or eileen.emond@navy.mil. This modification (01) is to address inquiries received in response to combined synopsis/solicitation N66604-15-Q-1493: Question: Would you require Smartnet warranty services on either of these items? Response: 3 year warranty is required for both routers and switches. Question: Would you please provide the delivery address in order to provide an accurate quote? Response: Delivery location is noted in the synopsis. Question: Do you have the a configuration for the routers and switches? Response: Minimum specifications are attached. Those vendors who have already submitted quotes must either revise their quotes or confirm that their quotes meet the minimum specifications attached hereto. Requirement: Vendors must submit a copy of their Cisco Partner Certificate. Note: The Naval Undersea Warfare Center, Division Newport, Rhode Island is NOT accepting quotes or proposals via submission through FBO. This modification (02) is to address inquiries received in response to combined synopsis/solicitation N66604-15-Q-1493: Question: The answer about warranty did not specify the level of support for smartnet. Smartnet has multiple levels of support. Please provide the required level of support? Response: SMARTnet, p/n CISCO2901/K9, 24x7x4 (24 hrs day/7 days wk 4 hr response time) for 3 years. No onsite required. Question: Is it possible to know if your office has associated with any Cisco accounts manager to obtain better support, better prices. Response: No we do not associate with any Cisco managers. Question: What does this mean? Note: the naval undersea Warfare Center, space division Newport, space Rhode Island is not accepting quotes or proposals via submission through NECO. Can I directly submit the quote and other necessary documents directly to your email? Response: Modification 01 changed NECO to FBO. There are instructions in the combined synopsis/solicitation on how to submit offers. This modification (03) is to address inquiries received in response to combined synopsis/solicitation N66604-15-Q-1493: Question: Where are the docs to bid on this? Can you provide them for me. Response: The synopsis states this is a combined synopsis and solicitation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Question: The Smartnet you mentioned is 24x7x4 -3 years. Is it only for Cisco 2901/K9 OR also for the WS-C3560X-48T-S? Please clarify. Response: Modification 01 states the Government requires Smartnet warranty for both routers and switches; same Smartnet warranty for both. The purpose of this modification (04) is to extend the RFQ closing date from 3/20/15 to 3/27/15. The purpose of this modification (05) is to respond to inquiries received in response to combined synopsis/solicitation N66604-15-Q-1493: Question: The Compliant Standard NOM is listed. Cisco shows that NOM, Mexico safety standard compliance is available through distribution. Do you require a certificate of NOM compliance? Are the items being exported into Mexico? Response: According to the CISCO website, NOM (Network Order Manager) has reached end-of-sale/end-of-life status. This product is no longer being sold. If for some reason it is still available to distributors, we do not require the compliance certificate, as these items will not be exported to Mexico. Question: The Cisco datasheet shows that the flash memory is 64MB for the WSC3560X48TS (128MB is only standard with the 3750x-12s or 24s). To verify, is the WS-C3560X-48T-S that was requested still acceptable? There is no flash upgrade option for the C3560. Request that the requirement be changed to 64MB. Response: Cisco part #WS-C3560X-48T-S is a sole make and model, no substitute requirement. The Government's specification was incorrect and will be revised to reflect the 64MB flash memory requirement. Question: We wanted to run the recommendations by you/your agency to ensure this is what you want based on the Cisco Specs in the pdf documents vs. what CISCO has provided as a recommendation in Excel. The request includes CISCO1941 router which is the closest router that has the feature that you need and the Catalyst 2960 series switches. Response: The Government has revised its specifications to provide additional requirements to reflect the sole make/model we need. See attached revised specifications. All vendors who have already submitted quotes must resubmit their quotes, since the Government is now increasing the quantity for the Cisco switches from a quantity of 7 to a quantity of 9.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-15-Q-1493/listing.html)
 
Record
SN03674858-W 20150322/150320235128-c2abae100ddbe44b9fb9fb68bc823e34 (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.