Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

70 -- Cisco Servers, Software, & Related Equipment

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-Q-0414
 
Archive Date
8/7/2009
 
Point of Contact
Robert Gigliotti, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combine Solicitation Solicitation Number: FA8751-09-Q-0414 Posted Date:July 15, 2009 Response Date: July 23, 2009 Classification Code: 70 -- General Purpose Information Technology Equipment Set-Aside: Total Small Business NAICS Code: 334111 --Electronic Computer Manufacturing Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514 Description This is a combined synopsis/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. Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0414 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued total small business set-aside under NAICS code 334111 and small business size standard of 1000 employees. The contractor shall provide the following items on a firm fixed price basis. (Although these items are identified by Cisco Systems part numbers, EQUIVALENT items that i) meet or exceed the specifications and performance capabilities of these items and ii) can integrate and operate with a pre-existing Cisco Systems environment (including hardware and software), ARE ACCEPTABLE.) Item 01: Software P/N: ASA-AC-E-5520 QTY: 1 Description: Anyconnect Essentials VPN License Item 02: Server P/N: ASA5520-BUN-K9 QTY: 1 Description: ASA 5520 Appliance with SW, HA, 4GE+1Fem 3DES/AES. Must be NEW. Item 03: Hardware P/N: SSM-Blank QTY: 1 Description: ASA/IPS SSM Blank Slot Cover Item 04: Software P/N: ASA5500-ENCR-K9 QTY: 1 Description: ASA 5500 Strong Encryption License (3DES/AES) Item 05: Software P/N: ASA5520-VPN-PL QTY: 1 Description: ASA 5520 VPN Plus 750 IPsec User License (7.0 Only) Item 06: Power Cable P/N: CAB-AC QTY: 1 Description: AC Power Cord (North America), C13, NEMA 5-15P, 2.1m Item 07: Software P/N: SF-ASA-8.0-K8 QTY: 1 Description: ASA 5500 Series Software v8.0 Item 08: Software P/N: CSACS-1120-K9 QTY: 2 Description: Cisco 1120 Secure ACS Appliance with 5.0 Software Item 09: Software P/N: ASA-VPN-CLNT-K9 QTY: 1 Description: Cisco VPN Client Software (Windows, Solaris, Linux, Mac) Item 10: Power Cable P/N: CAB-AC QTY: 2 Description: AC Power Cord (North America), C13, NEMA 5-15P, 2.1m Item 11: Software P/N: CSACS-5-BASE-LIC QTY: 2 Description: Cisco Secure ACS 5 Base License Item 12: Software P/N: CSACS-5.0-SW-K9 QTY: 3 Description: Config Option: ACS 5.0 software loaded on 1120 Item 13: Software P/N: L-CWLMS-3.2-300UP QTY: 1 Description: Upg LIC for LMS 2.x to 3.2 300 Devices, Base Kit Required Item 14: Software P/N: CWLMS-3.2-300MRK9 QTY: 1 Description: Minor Rel, LMS 3.2 300 Dev Restricted Update for LMS 3.0 Item 15: Module P/N: WS-X6724-SFP= QTY: 2 Description: Catalyst 6500 24-port GigE Mod: fabric-enabled (Req. SFPs) Item 16: Module P/N: WS-F6700-DFC3B QTY: 2 Description: Catalyst 6500 Dist Fwd Card, 256K Routes for WS-X67xx Item 17: Ethernet Module P/N: WS-X6748-GE-TX QTY: 4 Description: Cat6500 48-port 10/100/1000 GE Mod: fabric enabled, RJ-45 Item 18: Software P/N: CON-SNT-AS2BUNK9 QTY: 3 Description: SMARTNET 8X5XNBD ASA5520 w/300 VPN Prs, 4GE+1FE,3DES/AES Item 19: Software P/N: CON-SNT-CS1120K9 QTY: 6 Description: SMARTNET 8X5XNBD Cisco 1120 Secure ACS Appliance with 5.0 Item 20: Software P/N: SAS-L-CWLMS-3.2-300UP QTY: 3 Description: Software Application Support for CWLMS 3.2-300-UP (1 Year) ** Please note: if quoting Cisco Systems equipment, a Trade-In Credit shall be applied upfront to Items 02, 13, 15, 16, and 17. ** The following 5 items will be traded-in. These items will be returned to Cisco by AFRL: Quantity, Part Number, Description Qty 5, WS-X6516A-GBIC, Catalyst 6500 16-port GigE Mod, fabricenabled (Req. GBICs) Qty 7, WS-X6K-S2-MSFC2, Catalyst 6500 Supervisor Engine-2, 2GE, plus MSFC-2 / PFC-2 Qty 6, WS-X6148-RJ45V, Catalyst 6500 48-port 10/100 Inline Power, RJ-45 Qty 4, WS-X6101-OC12-MMF=, Catalyst 6000 1-port Multimode OC-12 ATMModule, Spare Qty 2, WS-SVC-FWM-1=, Firewall blade for Catalyst 6500 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 30 days ARO. The place of delivery, acceptance and FOB destination point is Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors – Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET), Thursday, July 23, 2009. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered (b)(10) No past performance information is required (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 (four) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. EVALUATION PROCEDURE: Award will be made to the responsible offeror whose quote is the most advantageous for the Government based on Price, Technical Capability, and Certification/Original Equipment Manufacturer (OEM) Status. Price, Technical Capability, and Certification/OEM Status are of equal importance. Technical Capability will be based on to what degree the quoted equipment: (i) meets or exceeds the specifications and performance capabilities of the Cisco Systems equipment identified above and (ii) can integrate and operate with a pre-existing Cisco Systems environment (including hardware and software). Certification/OEM Status will be rated Acceptable/Not Acceptable. For an offeror to be rated Acceptable, that offeror must possess one of these designations: (i) Certified Cisco Systems reseller (certification must be verified with Cisco; Authorized Cisco resellers are not necessiarily considered to be Certified); (ii) OEM quoting own Brand; or (iii) Certified reseller of the equipment quoted (if other than Cisco equipment). The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2009) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUN 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside Alternate I (Oct 1995) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.227-7015, Technical Data--Commercial Items (NOV 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.247-7023, Transportation of Supplies by Sea Alternate III (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional FAR, DFARS, and AFFARS provisions and clauses also apply: 52.211-6, Brand Name or Equal (Aug 1999) 252.211-7003, Item Identification and Valuation (Aug 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-Q-0414/listing.html)
 
Record
SN01876145-W 20090717/090715235937-0074be3d1b7cce84f342d8072ca81460 (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  © 1994-2020, Loren Data Corp.