SOLICITATION NOTICE
70 -- Cisco Network Firewalls - Scope
- Notice Date
- 9/17/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 18-236-SOL-00073
- Archive Date
- 10/6/2018
- Point of Contact
- Natasha A. Royal, Phone: 3014436687, Paul B. Premoe, Phone: 3014434470
- E-Mail Address
-
natasha.royal@ihs.gov, paul.premoe@ihs.gov
(natasha.royal@ihs.gov, paul.premoe@ihs.gov)
- Small Business Set-Aside
- Indian Small Business Economic Enterprises
- Description
- Brand Name Justification Scope and Description (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 17-236-SOL-00073 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This requirement is a total Indian Small Business Economic Enterprise (ISBEE) set-aside and the associated NAICS is 334118 with small business size standard of 1,000 employees. Non-ISBEE offerors will not be considered for the award. (v) The Contract Line Items (CLINs) structure is as shown below. CLIN 0001 Cisco FirePower 2120 Bundle (FPR2120-FTD-HA-BUN) - 2 CLIN 0002 Cisco ISR 4451 (C1-CISCO4451/K9) 1 CLIN 0003 Unified Border License (L-FL-CUBEE-5) 1 CLIN 0004 Cisco ATA Module (ATA190) 1 CLIN 0005 Training and Support (TRN-CLC-001) 1 *See the attached scope for details. Total _____________ (vi) The purpose of this acquisition is to purchase a list of network firewalls and routers for the Albuquerque data center and Rockville HQ. This is a brandname requirement. Only manufacture certified original and new equipment should be quoted. (vii) Delivery and acceptance terms for this order is FOB Destination. Delivery Addresses: Indian Health Service, 5600 Fishers Lane, Rockville, MD 20857; and 1011 Indian School Road, Albuquerque, NM 87104. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017). (ix) 52.212-2, Evaluation - The award will be made to the lowest priced technically acceptable offeror. Acceptable Business Quote shall include a completed Tables A & B which can be found under the attached Scope, Section 4 - Equipment Required. To be considered for the award, the offeror shall provide a reseller/partnership certification that evidences the company's eligibility and capability to provide the requested Cisco equipment. Furthermore, the offeror shall conform to the following requirements in the quotation: only manufacture certified original and new equipment shall be quoted; no grey market or refurbished equipment shall be quoted; all optics and cables must be vendor certified original and new; no third party or compatible optics and cables shall be quoted; and Only Cisco provided maintenance coverage is to be quoted. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) applies to this acquisition. The following addendum applies: Email Addresses for submission of invoices are paul.premoe@ihs.gov, COR'S, and HQInvoices@ihs.gov. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (2) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (5) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (6) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (7) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (8) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (9) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (10) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (11) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (12) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (13) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (14) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (15) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (16) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). (17) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (18) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (19) 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). (20) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of Clause) (xiii) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/. a) The following HHSAR clauses are incorporated to this RFQ: 1. 326.6-Acquisitions Under The Buy Indian Act, 25 U.S.C. 47 2. 352.215-70 Late Proposals and Revisions (Dec2015) 3. 352.223-71 Instructions to Offerors-Sustainable Acquisition (Dec 2015) 4. 352.226-1 Indian Preference (Dec 2015) 5. 352.226-2 Indian Preference Program (Dec 2015) 6. 352.226-3 Native American Graves Protection and Repatriation Act (Dec 2015) (xiv) Proposals are due by 12:00 PM EST on 21 September 2018. Email the proposal to Natasha.Royal@ihs.gov. Questions are due on 19 September 2018 by 6:00 p.m. EST. Offeror must confirm IHS' receipt of their proposal. (xv) POC is Natasha Royal, Contract Specialist, Natasha.Royal@ihs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/18-236-SOL-00073/listing.html)
- Record
- SN05093033-W 20180919/180917231455-72de20dd7916729b486a1b99fccdc454 (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 |