MODIFICATION
70 -- Cisco Equipment
- Notice Date
- 3/5/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-18-Q-7812
- Response Due
- 3/16/2018
- Archive Date
- 4/15/2018
- Point of Contact
- Point of Contact - David St Cyr, Contract Specialist, 619-553-4474; Peaches Francis, Contracting Officer, 619-553-4507
- E-Mail Address
-
Contract Specialist
(david.stcyr@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AMEND 0001- ISSUED TO UPDATE THE LINE ITEM DETAILS TO INCLUDE MISSSING QUANTITIES AND PART NUMBERS. PLEASE NOTE THAT THE PN FOR ALL CLINS HAVE BEEN VERIFIED AND ARE CORRECT. PLEASE CONTACT CISCO DIRECTLY OR ANY PN ISSUES. THE SOLICITATION HAS ALSO BEEN EXTENDED TO 3/16/2018. *********************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. Competitive quotes are being requested under Request For Quote (RFQ) # N66001-18-Q- 7812. The NAICS code applicable to this acquisition is 334118 and the small business size standard is 1,000 employees. This procurement is a Total Small Business Set-Aside for authorized federal small business resellers. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, quotes must provide all of the Brand Name items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows for BRAND NAME CISCO PRODUCTS (See Attachment for Product List): CLIN DESCRIPTION P/N QTY 0001 MFR PART# WS-C3850-48XS-E DESCRIPTION:CISCO CATALYST 3850 48 PORT 10G FIBER SWITCH IP SERVICES QTY:10 THE FOLLOWING TO BE INCLUDED AT NO COST. DESCRIPTION: CAB-US515-C15- US NEMA 5-15 TO IEC-C15 8FT US QTY:20 DESCRIPTION: S3850UK9-163 UNIVERSAL QTY:10 DESCRIPTION: PWR-C3-750WAC-R 750W AC CONFIG 3 POWER SUPPLY FRONT TO BACK COOLING, QTY:10 DESCRIPTION: FAN-T3-R CATALYST 3850 TYPE 3 FRONT TO BACK COOLING FAN QTY: 10 CISCO CATALYST 3850-48XS-E 10 0002 SUBCOMPONENT TO CLIN 0001 MFR PART: PWR-C3-750WAC-R/2 750W AC CONFIG 3 REDUNDANT POWER SUPPLY FRONT TO BACK COOL, 750W AC CONFIG 3 REDUNDANT POWER SUPPLY 10 0003 CISCO CATALYST 3850 48 PORT POE IP BASE 14 TO BE INCLUDED AT NO COST: DESCRIPTION: UNIVERSAL, PART: S3850UK9-163, QTY: 14 DESCRIPTION: NORTH AMERICA AC TYPE A POWER CABLE, PART: CAB-TA-NA, QTY: 14 DESCRIPTION: 715W AC CONFIG 1 POWER SUPPLY, PART: PWR-C1-715WAC QTY:14 DESCRIPTION: CONFIG 1 POWER SUPPLY BLANK, PART: PWR-C1-BLANK QTY: 14 DESCRIPTION: CISCO CATALYST 3850 NETWORK MODULE BLANK, PART: C3850-NM-BLANK CISCO CATALYST 3850 48 PORT POE IP BASE 14 0004 SUBCOMPONENT TO CLIN 0003 MFR: CISCO: DESCRIPTION: STACK-T1- 50CM 50CM TYPE 1 STACKING CABLE, 50CM TYPE 1 STACKING CABLE 14 0005 SUBCOMPONENT TO CLIN 0003 DESCRIPTION: CATALYST STACK POWER CABLE 30 CM, P/N:CAB- SPWR-30CM CATALYST STACK POWER CABLE 30 CM 14 0006 : CISCO CATALYST 3850 48 PORT POE IP BASE, P/N: WS-C3850-48P-S, QTY: 4 TO BE INCLUDED AT NO COST: DESCRIPTION: UNIVERSAL 4, P/N:S3850UK9-163, QTY: 4 DESCRIPTION: NORTH AMERICA AC TYPE A POWER CABLE, P/N: CAB-TA-NA, QTY: 4 DESCRIPTION: 715W AC CONFIG 1 POWER SUPPLY, P/N: PWR-C1-715WAC, QTY: 4 DESCRIPTION: CONFIG 1 POWER SUPPLY BLANK, P/N: PWR- C1-BLANK, QTY: 4 CISCO CATALYST 3850 48 PORT POE IP BASE 4 0007 SUBCOMPONENT TO CLIN 0006 DESCRIPTION: CISCO CATALYST 3850 2 X 10GE NETWORK MODULE, P/N: C3850-NM-2-10G, QTY: 4 CISCO CATALYST 3850 2 X 10GE NETWORK MOD 4 0008 SUBCOMPONENT TO CLIN 0006 DESCRIPTION: 50CM TYPE 1 STACKING CABLE, P/N: STACK-T1- 50CM, 50CM TYPE 1 STACKING CABLE 4 0009 SUBCOMPONENT TO CLIN 0006 DESCRIPTION: CATALYST STACK POWER CABLE 30 CM, P/N: CAB- SPWR-30CM CATALYST STACK POWER CABLE 30 CM 4 0010 CISCO CATALYST 3850 24 PORT GE SFP IP BASE, QTY: 4 TO BE INCLUDED AT NO COST: DESCRIPTION: UNIVERSAL, P/N: S3850UK9-163, QTY 4 DESCRIPTION: NORTH AMERICA AC TYPE A POWER CABLE, P/N: CAB-TA-NA, QTY: 4 DESCRIPTION: CONFIG 1 POWER SUPPLY BLANK, P/N: PWR-C1- BLANK, QTY: 4 DESCRIPTION: 350W AC CONFIG 1 POWER SUPPLY, P/N:PWR-C1- 350WAC, QTY:4 CISCO CATALYST 3850 24 PORT GE SFP IP BA 4 0011 SUBCOMPONENT TO CLIN 0010 DESCRIPTION: CISCO CATALYST 3850 2 X 10GE NETWORK MODULE, P/N: C3850-NM-2-10G, QTY: 4 CISCO CATALYST 3850 2 X 10GE NETWORK MOD 4 0012 SUBCOMPONENT TO CLIN 10 DESCRIPTION: 50CM TYPE 1 STACKING CABLE, P/N: STACK-T1-50CM, QTY: 4 50CM TYPE 1 STACKING CABLE 4 0013 SUBCOMPONENT TO CLIN 0010 DESCRIPTION: CATALYST STACK POWER CABLE 30 CM, P/N:CAB- SPWR-30CM CATALYST STACK POWER CABLE 30 CM 4 0014 CISCO CATALYST 3850 24 PORT 10G FIBER SWITCH IP BASE, P/N: WS- C3850-24XS-S, QTY:2 TO BE INCLUDED AT NO COST: DESCRIPTION: UNIVERSAL, P/N:S3850UK9-163, QTY: 2 DESCRIPTION: NORTH AMERICA AC TYPE A POWER CABLE, P/N: CAB-TA-NA, QTY: 2 DESCRIPTION: 715W AC CONFIG 1 POWER SUPPLY, P/N:PWR-C1-715WAC, QTY: 2 DESCRIPTION: CONFIG 1 POWER SUPPLY BLANK, P/N:PWR-C1-BLANK, QTY: 2 CISCO CATALYST 3850 24 PORT 10G FIBER SW 2 0015 SUBCOMPONENT TO CLIN 0014 DESCRIPTION: CISCO CATALYST 3850 4 X 10GE NETWORK MODULE, P/N: C3850-NM-4-10G, QTY: 2 CISCO CATALYST 3850 4 X 10GE NETWORK MOD 2 0016 SUBCOMPONENT TO CLIN 0014 DESCRIPTION: 50CM TYPE 1 STACKING CABLE, P/N:STACK-T1- 50CM, QTY: 2 50CM TYPE 1 STACKING CABLE 2 0017 SUBCOMPONENT TO CLIN 0014 DESCRIPTION: CATALYST STACK POWER CABLE 30 CM, P/N: CAB- SPWR-30CM, QTY: 2 CATALYST STACK POWER CABLE 30 CM 2 0018 ASA 5525-X WITH FIREPOWER SERVICES, 8GE, AC, 3DES/AES, SSD, P/N:ASA5525-FPWR-K9, QTY: 3 THE FOLLOWING ARE INCLUDED AT NO COST: DESCRIPTION: AC POWER CORD (NORTH AMERICA), C13, NEMA 5-15P, 2.1M, P/N: CAB-AC, QTY: 3 DESCRIPTION: ASA 9.2.2 SOFTWARE IMAGE FOR ASA 5500-X SERIES,5585-X,ASA-SM, P/N: SF-ASA-X-9.2.2-K8, QTY:3 DESCRIPTION: DESCRIPTION: CISCO FIREPOWER SOFTWARE V5.4 FOR ASA 5500-X, P/N: SF-ASA-FP5.4-K9, QTY: 3 DESCRIPTION: CISCO ASA5525 CONTROL LICENSE, P/N: ASA5525-CTRL-LIC, QTY: 3 DESCRIPTION: ASA 5512- X THROUGH 5555-X 120GB MLC SED SSD (INCL.), P/N: ASA5500X-SSD120INC, QTY: 3 DESCRIPTION: ASA 5525 IPS PART NUMBER WITH WHICH PCB SERIAL IS ASSOCIATED, P/N: ASA5525-MB, QTY:3 DESCRIPTION: ASA 5500 STRONG ENCRYPTION LICENSE (3DES/AES), P/N: ASA5500-ENCR-K9QTY: 3 ASA 5525-X WITH FIREPOWER SERVICES, 8GE, 3 0019 SUBCOMPONENT TO CLIN 0018 DESCRIPTION: ASA 5525-X INTERFACE CARD 6-PORT GE SFP (SX,LH,LX), P/N: ASA-IC-6GE-SFP-B, QTY: 3 ASA 5525-X INTERFACE CARD 6-PORT GE SFP 3 0020 CISCO 5508 SERIES WIRELESS CONTROLLER FOR UP TO 100 APS, P/N: AIR- CT5508-100-K9, QTY: 1 THE FOLLOWING ARE INCLUDED AT NO COST: DESCRIPTION: BASE SOFTWARE LICENSE, P/N: LIC- CT5508-BASE, QTY: 1 DESCRIPTION: 100 AP BASE LICENSE, P/N: LIC-CT5508-100, QTY: 1 DESCRIPTION: CISCO UNIFIED WIRELESS CONTROLLER SW RELEASE 8.0, P/N: SWC5500K9-80, QTY: 1 DESCRIPTION: AIR LINE CORD NORTH AMERICA, P/N: AIR-PWR-CORD-NA, QTY: 1 DESCRIPTION: PRIMARY SKU FOR ALL UPGRADE OPTIONS ON THE CISCO 5508 WC, P/N: LIC-CT5508- UPG, QTY: 1 CISCO 5508 SERIES WIRELESS CONTROLLER 1 0021 SUBCOMPONENT TO CLIN 0020 DESCRIPTION: 50 AP ADDER LICENSE FOR THE 5508 CONTROLLER, P/N: LIC-CT5508-50A, QTY: 1 50 AP ADDER LICENSE FOR THE 5508 CONTROL 1 0022 CISCO SX80 CODEC, PRECISION 60 CAM, TOUCH 10 THE FOLLOWING ARE INCLUDED AT NO COST: DESCRIPTION: PWR CORD US 1.8M BLACK YP-12 TO YC-12, P/N: PWR-CORD-US-A, QTY: 6 DESCRIPTION: LICENSE KEY TO ACTIVATE SW ENCRYPTION MODULE, P/N: LIC-CE- CRYPTO-K9, QTY: 2 DESCRIPTION: PRESENTATION CABLE W/AUDIO, VGA/JACK TO DVI/PHOENIX, P/N: CAB- DVI-VGA- PHOEN, QTY: 2 DESCRIPTION: SX80 RACK EARS - FOR AUTO EXPAND ONLY, P/N: CTS- SX80- RACKEARSCISCO, QTY: 2 DESCRIPTION: 12.5 METER FLAT GREY ETHERNET CABLE FOR TOUCH 10, P/N: CAB-DV10-12.5M, QTY:2 DESCRIPTION: POWER SUPPLY 12 VDC 40W, P/N: PSU-12VDC- 40W2, QTY: 2 DESCRIPTION: 4 METER FLAT GREY ETHERNET CABLE FOR TOUCH 10, P/N: CAB-DV10- 4M, QTY: 2 DESCRIPTION: CISCO TELEPRESENCE PRECISION 60 CAMERA - AUTO EXPAND ONLY, P/N: CTS-CAM- P60+, QTY: 2 DESCRIPTION: POWER INJECTOR (802.3AF), P/N: CTS-PWR-AIR-INJ5+, QTY: 2 DESCRIPTION: TOUCH 10 AUTO EXPAND, P/N: CTS-CTRL-DVX-10+, QTY: 2 DESCRIPTION: CISCO SX80 CODEC, P/N: CTS-SX80CODEC, QTY: 2 DESCRIPTION: SW IMAGE FOR SX80, MX700, MX800, P/N: SW- S52020-CE8-K9, QTY: 2 CISCO SX80 CODEC, PRECISION 60 CAM, TOUCH 2 0023 100BASE-FX SFP FOR GE SFP PORT ON 3750,3560.2970,2960, P/N: GLC-GE- 100FX=, 100BASE- FX SFP FOR GE SFP P 48 0024 DESCRIPTION: 1000BASE-SX SFP TRANSCEIVER MODULE, MMF, 850NM, DOM, P/N: GLC-SX-MMD=, 1000BASE-LX/LH SFP TRANSCEIVER 15 0025 1000BASE-SX SFP TRANSCEIVER MODULE, MMF, 850NM, DOM, P/N: GLC- SX-MMD= 1000BASE- SX SFP TRANSCEIVER 48 0026 1000BASE-T SFP TRANSCEIVER MODULE FOR CATEGORY 5 COPPER WIRE, P/N: GLC-TE=, 1000BASE-T SFP TRANSCEIVER 51 0027 QSFP 40GBASE-LR4 OTN TRANSCEIVER, LC, 10KM, P/N: QSFP-40G-LR4= QSFP 40GBASE-LR4 OTN TRANSCEIVER 9 0028 10GBASE-LR SFP MODULE 55, P/N: SFP-10G-LR= 10GBASE-LR SFP MODULE 55 0029 10GBASE-CU SFP+ CABLE 1 METER, P/N: SFP-H10GB-CU1M=, 10GBASE-CU SFP+ CABLE 1 MET 15 0030 DESCRIPTION: 10GBASE-CU SFP+ CABLE 3 METER, P/N: SFP-H10GB-CU3M= 10GBASE-CU SFP+ CABLE 3 MET 36 Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance The expected Delivery Date for this effort is: 30 April 2018 Offeror Instructions: The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. Be written in English and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 3. Stay within the page limitations indicated below; 4. Be submitted in electronic PDF or Excel format; and Certification: "To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US)." Certification is not limited in pages. Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. All text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. All pages of the Technical File shall be numbered and shall not exceed ten pages. Basis For Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a contract to the lowest price technically acceptable quote received in response to this solicitation. Any quote evaluated as unacceptable will not receive an award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following provisions apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2016); FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); and 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992). The following clauses, incorporated by reference, apply to this acquisition: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017). The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7011, Alternative Line Item Structure (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); and, 252.247-7023, Transportation of Supplies by Sea (Apr 2014). This RFQ closes on 03/15/2018 at 11:00 AM, Pacific Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-18-Q-7812. E-mail quotes or offers will not be accepted. Late quotes will not be accepted. For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858- 537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is David St. Cyr at david.stcyr@navy.mil. Please include RFQ# N66001-18-Q-7812 on all inquiries. The due date for questions is 03/07/2018. Questions may be addressed afterward at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f9456600d0d36ba0da41c8fc89e2648a)
- Record
- SN04842437-W 20180307/180305231005-f9456600d0d36ba0da41c8fc89e2648a (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 |