Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
SOLICITATION NOTICE

D -- OCONUS Navy Enterprise-NETwork Cisco Advanced Services

Notice Date
7/10/2008
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center San Diego, 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-08-M-1060
 
Response Due
7/15/2008
 
Archive Date
8/14/2008
 
Point of Contact
Point of Contact - WILLIAM ASHLEY, Contract Specialist, 619-553-4456; Cindy Jensen, Contracting Officer, 619-553-4490
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in 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. 2. The solicitation number is N66001-08-Q-1060. This solicitation is issued as a request for quotation (RFQ). 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. 4. This solicitation is full and open competition for authorized Cisco partners. The NAICS Code is 541519. The size standard is $23,000,000. 5. A list of contract line item number(s) and items, quantities and units of measure is as follows: 0001 Cisco Network Advanced Services 0002 Contract Data Requirements List Not Separately Priced A Firm Fixed Price Quote is Required. 6. Description of requirements: The contractor shall provide one-year engineering and technical network support services to meet ONE-NET business objectives, requirements, and technical constraints, in order to implement solutions that support current and future operational requirements within the ONE-NET domain. The contractor shall perform the following tasks (as a minimum) to effect the implementation of ONE-NET architecture: 3.1.1 Provide Remote Deployment Support that includes up to Scheduled Hardware and Configuration Change Events. 3.1.2 Perform Operations Management to identify and analyze critical performance indicators and operations gaps that pose a significant risk to network health. The contractor shall perform Periodic Conference Calls, Major Customer Event Notifications, and Service Request management & Monitoring. The contractor shall submit Operational Analysis and Critical Issues Reports (CDRL A001) and Quarterly Operations Data Analysis Reviews, (CDRL A001). 3.1.3 Provide Network Change Support that covers network change for deployment-related hardware, software, or configuration events. The contractor shall evaluate the potential impact of proposed scheduled changes, review Implementation Procedures, provide input for resolving network hardware, software, and configuration issues from scheduled and unscheduled activities. 3.1.4 Provide Software Strategy. The contractor shall analyze software infrastructure, recommend proactive software, provide software upgrade strategy, analyze proactive critical bugs, and provide software security alerts. The contractor shall submit Software Infrastructure Analysis Reports (CDRL A001), Proactive Software Recommendation Reports (CDRL A001), Software Upgrade Strategy Report (CDRL A001), Proactive Critical Bug Analysis Report (CDRL A001), Quarterly Reports and Quarterly Reviews, (CDRL A001), and Software Security Alerts. 3.1.5 Provide Design Support to assist in integrating technical requirements and design goals into the overall network design. The contractor shall perform Design Reviews, ongoing incremental network design and architectural consultation, and ongoing Cisco security alerts that impact key network products. 3.1.6 Perform Engineering and Optimization. The contractor shall provide periodic performance analysis to sustain a high-performance network and meet the changing demands on the network. The contractor shall submit Network Health Assessments Reports (CDRL A001), Analysis of Network Configurations against Cisco Best Practice (CDRL A001), Periodic Syslog Analysis Reports (CDRL A001), Proactive Advisory Reports (CDRL A001), and Custom Configuration Analysis Report (CDRL A001). 3.1.7 Provide Knowledge Transfer and Mentoring that includes informal technical update training on a topic that is mutually agreed upon and relevant to Cisco products and technologies. The contractor shall request feedback on the training. 7. Delivery Date: The purchase order will have a 10 month period of performance. 8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 9. The clause at 52.212-2, Evaluation -- Commercial Items, is applicable. Offerors will be evaluated based on the following: a) Price b) Offeror must provide verification that they are an authorized Cisco partner. 10. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Addenda are included as follows. 52.242-17 Government Delay Of Work APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 5252.243-9400 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME __Cindy Jensen__________ ADDRESS _53560 Hull Street, San Diego CA. 92152-5001__ TELEPHONE __619-553-4490___________________ (End of clause) C-317 NOTICE TO CONTRACTOR OF CERTAIN DRUG DETECTION PROCEDURES (DEC 1999) (a) Pursuant to Navy policy applicable to both Government and contractor personnel, measures will be taken to prevent the introduction and utilization of illegal drugs and related paraphernalia into Government Work areas. (b) In furtherance of the Navy's drug control program, unannounced periodic inspections of the following nature may be conducted by installation security authorities: (1) Routine inspection of contractor occupied work spaces. (2) Random inspections of vehicles on entry or exit, with drug detection dog teams as available, to eliminate them as a safe haven for storage of or trafficking in illegal drugs. (3) Random inspections of personnel possessions on entry or exit from the installation. (c) When there is probable cause to believe that a contractor employee on board a naval installation has been engaged in use, possession or trafficking of drugs, the installation authorities may detain said employee until the employee can be removed from the installation, or can be released to the local authorities having jurisdiction. (d) Trafficking in illegal drug and drug paraphernalia by contract employees while on a military vessel/installation may lead to possible withdrawal or downgrading of security clearance, and/or referral for prosecution by appropriate law enforcement authorities. (e) The contractor is responsible for the conduct of employees performing work under this contract and is, therefore, responsible to assure that employees are notified of these provisions prior to assignment. (f) The removal of contractor personnel from a Government vessel or installation as a result of the drug offenses shall not be cause for excusable delay, nor shall such action be deemed a basis for an equitable adjustment to price, delivery or other provisions of this contract. (End of clause) E-303 INSPECTION AND ACCEPTANCE--DESTINATION (JAN 2002) Inspection and acceptance of the supplies/services to be furnished hereunder shall be made at destination by the Government technical representative or his duly authorized representative. (End of clause) G-300 INVOICING INSTRUCTIONS FOR SERVICES USING WIDE AREA WORK FLOW (WAWF) (JAN 2008) (a) Invoices for services rendered under this purchase order shall be submitted electronically through the Wide Area Work Flow-Receipt and Acceptance (WAWF). The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. (b) The vendor shall have their Cage Code activated by calling 1-866-618- 5988. Once activated, the vendor shall self-register at the WAWF website at https://wawf.eb.mil. Vendor training is available on the internet at https://wawftraining.eb.mil. Additional support can be accessed by calling the Navy WAWF Assistance Line at 1-800-559-9293. (c) Back-up documentation can be included and attached to the invoice in WAWF. Attachments created with any Microsoft Office product, or Adobe (.pdf files), is attachable to the invoice in WAWF. (d) A separate invoice will be prepared no more frequently than for every two weeks. Do not combine the payment claims for services provided under this contract. (e) The following information is provided for completion of the invoice in WAWF: WAWF Invoice Type 2-n-1 (Services Only) Issuing Office DODAAC N66001 Admin DODAAC: TBD Inspector DODAAC (if applicable) Acceptor DODAAC: N66001 *LPO DODAAC: only applies to DFAS beginning with "N", LPO-Local Processing Official/Certifier on Prompt Pay Sheet (One Pay) N/A DCAA Auditor DoDAAC : N/A Service Approver DoDAAC : N/A PAY DODAAC: TBD H-341 EMPLOYMENT OF NAVY PERSONNEL RESTRICTED (DEC 1999) In performing this contract, the Contractor will not use as a consultant or employ (on either a full or part-time basis) any active duty Navy personnel (civilian or military) without the prior approval of the Contracting Officer. Such approval may be given only in circumstances where it is clear that no law and no DOD or Navy instructions, regulations, or policies might possibly be contravened and no appearance of a conflict of interest will result. (End of clause) H-355 CONTRACTOR IDENTIFICATION (MAY 2004) (a) Contractor employees must be clearly identifiable while on Government property by wearing appropriate badges. (b) Contractor personnel and their subcontractors must identify themselves as contractors or subcontractors during meetings, telephone conversations, in electronic messages, or correspondence related to this contract. (c) Contractor-occupied facilities (on Department of the Navy or other Government installations) such as offices, separate rooms, or cubicles must be clearly identified with Contractor supplied signs, name plates or other identification, showing that these are work areas for Contractor or subcontractor personnel. 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Dense Acquisitions of Commercial Items applies to this acquisition. Additional FAR and DFARS clauses cited in the above clauses are as follows: _X_ (15) 52.219-28, Post Award Small Business Program Representation (JUNE 2007) (15 U.S.C. 632(a)(2)). _X (16) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _X_ (17) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X_ (19) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). _X_(24)(i) 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts). _X_ (31) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). _X_ (36) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). _X_ (39) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). _X_ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (15) __X_ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (16) __X_ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (17) _X_ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports(MAR 2008) (10 U.S.C. 2227). (20)(i) _X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 13. OCI Clauses 14. No rating has been assigned regarding the Defense Priorities and Allocations System (DPAS). 15. Numbered Notes are not applicable. 16. Offers are due at SPAWARSYSCEN Code 224 by 15 July 2008, 1500 local time. (a) Offerors shall submit their proposals electronically to SPAWAR under the instructions contained in this provision. Offerors shall submit their signed proposals as either scanned ("TIFF") or "PDF" documents. Electronic copies shall be submitted via the SPAWAR E-Commerce Central (SPAWAR E-CC). Offerors submitting electronic proposals (e-Proposals) shall register in the SPAWAR E-CC and select their own password in order to submit a proposal. Offerors are required to read the "Submitting a Proposal?" web page found in the SPAWAR E-CC. For information about "e-Proposal" submission, please visit the SPAWAR E-CC. The URL for the SPAWAR E-Commerce Central is https://e- commerce.spawar.navy.mil. (b) Each electronic file shall also be clearly marked to show the proposal volume number, solicitation number and offeror's name. E-Proposal files shall not contain classified data. The offeror's e-proposal shall be in accordance with the requirements set forth below: (1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" files. (2) The proposal submission files may be compressed (zipped) into one, ZIP file entitled "PROPOSAL.ZIP" using WinZip version 6.3 or greater. (3) Cost or Pricing Type Data: All information relating to cost and pricing type data shall be included only in the section of the proposal designated by the Contracting Officer as the Cost Proposal. Under no circumstances shall cost and pricing type data be included elsewhere in the proposal. Paragraph cross- referencing between Cost Proposal paragraphs and technical/management proposal paragraphs is requested to provide clarity. (c) Bids and proposals submitted electronically will be considered "late" unless the bidder or offeror completes the entire transmission of the bid or proposal prior to the due date and time for receipt of bids or proposals. This paragraph (c) supplements the submission, modification and withdrawal of bids and proposals coverage in the FAR 52.212-1 "Instructions to Offerors--Commercial Items", FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids", FAR 52.214-23 "Late Submissions, Modifications, Revisions, and Withdrawals of Technical Proposals under Two-Step Sealed Bidding", or the FAR 52.215-1 "Instructions to Offerors--Competitive Acquisition" provision contained in the solicitation. 17. The Point of Contact is Bill Ashley at 619-553-4456, or e-mail william.ashley@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4eb3d9973d84e1c031700877061c65df&tab=core&_cview=1)
 
Record
SN01611125-W 20080712/080710221610-4eb3d9973d84e1c031700877061c65df (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.