SOLICITATION NOTICE
70 -- Cisco Servers
- Notice Date
- 7/28/2020 2:36:01 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- W7N6 USPFO ACTIVITY WAANG 194 CAMP MURRAY WA 98430-5035 USA
- ZIP Code
- 98430-5035
- Solicitation Number
- W50S9E20Q0001
- Response Due
- 7/31/2020 1:00:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Robert J Burke, Phone: 2535122178
- E-Mail Address
-
robert.j.burke2.mil@mail.mil
(robert.j.burke2.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- *Modification to clarify requirement* ������ No stacks or cabling required. ����� Base Licenses Required ����� Router requires Dual Power Supply ����� 1 WAN Port @ 1GB ���� Switches, 48 Multimode SFP's *Original Solicitation Below* This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 in response to this combined synopsis/solicitation. Solicitation W50S9E20Q0001 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, 2 July 2020 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20200324. It is the contractor�s responsibility to become familiar with applicable clauses and provisions. �This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334111, size standard 1250 employees. ����������� Additional Vendor Requirement: This is a Brand Name Requirement. See Brand Name Justification and Approval attached to this solicitation. IAW Air Force Supply Chain Risk Management memorandum, items must be supplied from the manufacturer, or an authorized partner, in this case, a Cisco Certified Gold Partner. Description of Requirement: � CLIN 0001: � Cisco ASR1001-X Aggregated Services Router� QTY: 1 EACH��� ������������������������������������������������������� ����������� Total��� $__________________�� CLIN 0002:� Cisco C9300-48S Switch with 48 SFP Slots� QTY: 1 EACH��� ������������������������������������������������������������������� Total��� $__________________�� ����������������������������������� ���������� Total (includes shipping)��������������� ��$___________________ � A firm fixed price contract will be awarded based on the following evaluation criteria: price, technical acceptability and delivery time. This is a best value decision.� � See FAR Provision 52.212-2 (below) for complete evaluation criteria. � Delivery Requirement: 30 days ARO, FOB. Destination to Camp Murray, WA 98430. Exact address will be provided upon award. Quote Information: � Quotes must be submitted and received no later than 1:00 PM PST�31 July�2020.� Quotes may be e-mailed to the attention of P.O.C.s listed below. NO TELEPHONIC QUOTES WILL BE HONORED.� Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing.� Contact Information: � BUYER:�������� ��� SMSgt Robert Burke Email: ����������� ����194.WG.FAL.MSC.Contracting@us.af.mil Registration Information: � Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.beta.sam.gov. Contractors must be actively registered at Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/piee-landing/. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through https://www.acquisition.gov/. P � Provisions����� C � Clauses���� P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel C-FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards P-FAR 52.204-16, Commercial and Government Entity Code Reporting P-FAR 52.204-18, Commercial and Government Entity Code Maintenance P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment ��������������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. ����� (a) Definitions. As used in this provision� ������Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� ���������� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ���������� (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. ����� (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ����� (d) Representation. The Offeror represents that it ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. ����� (e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Offeror shall provide the following information as part of the offer� �������������� (1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); � ������������� (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; ���������� (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and ���������� (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of provision) C-FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. C-FAR 52.209-6, Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment P-FAR 52.211-6, Brand Name or Equal P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation. � The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government based on: price, technical acceptability and delivery time as the evaluation criteria.� Technical acceptability and delivery, when combined, are approximately equal to price. This is a best value decision. �Best value� means the expected outcome of an acquisition that, in the Government�s estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & delivery will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced quote. The Government�s selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/warranty superiority merits the additional cost involved. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply� C-FAR 52.219-6, Notice of Total Small Business Set-Aside C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity C-FAR 52.222-36, Affirmative Action for Workers with Disabilities ����������� C-FAR 52.222-50, Combatting Trafficking in Persons C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors C-FAR 52.233-3, Protest After Award C-FAR 52.233-4, Applicable Law for Breach of Contract Claim C*-FAR 52.252-2, Clauses Incorporated by Reference � See https://www.acquisition.gov/ C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights P-DFARS252.203-7005, Representation Relating to Compensation of Former DoD Officials C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C-DFARS 252.211-7003 Item Unique Identification and Valuation P-DFARS 252.225-7000, Buy American Act�Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea�Alt III �Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7c06a91b644b462f8984c495f5acbfa6/view)
- Place of Performance
- Address: Camp Murray, WA 98430, USA
- Zip Code: 98430
- Country: USA
- Zip Code: 98430
- Record
- SN05736646-F 20200730/200728230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |