Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
MODIFICATION

70 -- CISCO SMARTNET MAINTENANCE CONTRACT

Notice Date
1/18/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
100 Raoul Wallenberg Place, SW, Washington, DC 20024
 
ZIP Code
20024
 
Solicitation Number
RFQ-9531-12-R-0650
 
Response Due
1/27/2012
 
Archive Date
7/25/2012
 
Point of Contact
Name: Bruce Falk, Title: Contracting Officer, Phone: 2023147828, Fax: 2024886182
 
E-Mail Address
bfalk@ushmm.org;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is RFQ-9531-12-R-0650 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-01-27 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20024 The United States Holocaust Memorial Museum requires the following items, Brand Name or Equal, to the following: LI 001, Renewal - Cisco SmartNet maintenance contract, covering 100% of the repair and replacement of USHMM's Cisco equipment (numbers below, and see attached list). This includes all switches, routers, and hubs currently active in our network that remain subject to Cisco's service warranty (to troubleshoot and replace it on the next business day if necessary). USHMM presently carries two Cisco service contracts: 9097647191344400 However, Sellers should request their respective Cisco Sales Reps to consolidate all the renewals onto the same contract number, as this would make administration more efficient. USHMM requires 24x7 coverage on the primary core switch, and 8x5 for all other line items. USHMM shall award a purchase order for the maximum allowable period of performance under the Cisco service warranty for all covered equipment listed hereunder, beginning January 1, 2012 and not to exceed 12 months., 1, LO; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, United States Holocaust Memorial Museum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. United States Holocaust Memorial Museum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The only acceptable evidence for establishing the time of proposal receipt shall be the FedBid time/date acknowledgement. Offerors shall submit their FULL PROPOSAL in soft (electronic) copy via FedBid and otherwise titled "RFQ-9531-12-R-0650 - Quote for Cisco Smartnet Maintenance Contract." Pricing shall include all Contractor's direct labor, indirect costs [e.g., overhead, G&A], and profit. The selected Offeror must comply with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition (JAN 2004), which applies to this acquisition in addition to the instructions herein. Offerors whose proposals deviate from these instructions may be disqualified at the discretion of Museum. The following FAR clauses will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.233-2 SERVICE OF PROTEST (AUG 1996), and 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). The full text of a FAR clause may be accessed electronically at and. Museum expressly disclaims and neither guarantees nor warrants for e-mail security, the legibility of electronic format(s), and/or the corresponding accuracy of any printed submission to its electronic version. Offeror certifies that all of its electronic submissions have been verified as free of viruses using virus-check software that is standard in the industry and current to the present calendar month and year. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) [MINOR DEVIATION]The contract to be awarded shall incorporate one or more Federal Acquisition Regulation (FAR) clauses 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. Also, the full text of a clause may be accessed electronically at this URL: http://www.arnet.gov SECTION E - INSPECTION AND ACCEPTANCE52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996) (Reference 46.304) SECTION F - DELIVERIES OR PERFORMANCE52.211-8 TIME OF DELIVERY (JUN 1997)52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) (Reference 42.1305) G.1MUSEUM REPRESENTATIVES. Notwithstanding the Contractor's responsibility for total management during the performance of the contract, the administration of the Agreement will require maximum coordination between Museum and Contractor. Museum's designated representatives and points of contact for purposes of this Agreement shall be the Contracting Officer (CO) and the Contracting Officer's Technical Representative (COTR), as follows: G.1.1CO Responsibilities. The CO has the authority to enter into, administer, and terminate the Agreement. Communications pertaining to contractual administrative matters shall be addressed to the CO. No changes in or deviation from any of the Agreement's provisions, terms, conditions, including without limitation the scope of work, cost, or term provided herein shall be effected without a written modification to the Agreement executed by the CO authorizing such changes. G.1.2 COTR Responsibilities. (a)The Contracting Officer will designate, in writing, an authorized representative(s) to discharge such duties and responsibilities as may be delegated to him. The representative(s) will not have authority to change or alter any of the terms and conditions of the contract. The Contracting officer is the sole authority to make changes in the contract. The contractor will be furnished a copy of the COTR delegation. (b)The COTR will provide technical direction on contract performance. Technical direction includes: (1) direction to the Contractor which assists him in accomplishing the statement of work; and (2) comments on and approval of reports or other deliverables. (c)Technical direction must be within the contract's statement of work. The COTR does not have the authority to issue technical direction which: (1) institutes additional work outside the scope of the contract; (2) constitutes a change; (3) causes an increase or decrease in the estimated cost of the contract; (4) alters the period of performance; (5) changes any of the other express terms or conditions of the contract. (d)Technical direction will be issued in writing by the COTR or confirmed by him/her in writing within five (5) calendar days after verbal issuance. G.1.3Contractor is advised that any reliance on direction from other than the CO or a COTR acting within the strict limits of the responsibilities as set forth above is undertaken at Contractor's own risk and expense, as such actions do not bind the Museum contractually. All questions concerning the authority of a Museum employee to direct the Contractor contractually should be referred to the CO. G.2SUBSTITUTION OF REPRESENTATIVES. The parties shall advise one another in writing of any substitution for said representatives. G.3NOTICES. Any legal notices required hereunder shall be in writing and deemed delivered upon actual receipt of such notice when hand-delivered or sent by certified mail, postage prepaid, return receipt requested, or overnight express courier to the address first set forth above marked to the attention of the signatory of this Agreement for the party, or to such other address or person as a party may designate in writing from time to time. [N.B. Museum shall indicate invoice recipient upon award.] G.5 INVOICES G.5.1Invoices shall be submitted monthly. Contractor shall submit invoice(s) to the COTR in accordance with the Project Plan for completed deliverables received and accepted by the COTR. Invoices shall be submitted in three originals to the United States Holocaust Memorial Museum, Attn: __________ 100 Raoul Wallenberg Place, SW, Washington, DC 20024-2150. To constitute a proper invoice, the invoices must include the following information and/or attached documentation: (a)Name of Business Concern and invoice date(b)Contract Number or other authorization for performance of service(c)Description, price, and quantity of services delivered or rendered(d)Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. USE OF MUSEUM NAME H.1Contractor shall not use the name of the Museum in any news release, public announcement, advertisement, or any other form of publicity, or disclose any of the terms of this Agreement to any third party without the prior written consent of the Museum. H.2Contractor shall not use the Museum's name, trademarks, or any other language, pictures, or symbols that could, in the Museum's judgment, imply the Museum's identity or endorsement by the Museum or any of its employees in any (1) written, electronic, or oral advertising or presentation or (2) brochure, newsletter, book, electronic database, or other written material of whatever nature, without the Museum's prior written consent. H.3Inclusion of Section. Contractor shall include the terms of this Section ("Use of Museum Name") in any contracts with other parties providing services related to the performance of this Agreement, such as but not limited to subcontractors. 52.202-1 DEFINITIONS (JUL 2004); 52.203-3 GRATUITIES (APR 1984); 52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984); 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUL 1995); 52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995); 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (1/1997); 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997); 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2005); 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000); 52.209-1 QUALIFICATION REQUIREMENTS (FEB 1995); 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JAN 2005); 52.215-2 AUDIT AND RECORDS--NEGOTIATION (JUN 1999); 52.215-8 ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT (OCT 1997); 52.215-10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1997); 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997); 52.216-16 INCENTIVE PRICE REVISION--FIRM TARGET (OCT 1997); 52.216-18 ORDERING (OCT 1995); 52.216-19 ORDER LIMITATIONS (OCT 1995); 52.216-22 INDEFINITE QUANTITY (OCT 1995); 52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984); 52.216-25 CONTRACT DEFINITIZATION (OCT 1997) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999); 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000); 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JUL 2005); 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004); 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2005); 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT--OVERTIME COMPENSATION (JUL 2005); 52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT (DEC 1996); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-29 NOTIFICATION OF VISA DENIAL (JUN 2003); 52.222-41 SERVICE CONTRACT ACT OF 1965, AS AMENDED (JUL 2005); 52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (FEB 2002); 52.222-50 52.222-50 COMBATING TRAFFICKING IN PERSONS (APR 2006); 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (AUG 2003); 52.223-6 DRUG-FREE WORKPLACE (MAY 2001); 52.223-14 TOXIC CHEMICAL RELEASE REPORTING (AUG 2003); 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984); 52.224-2 PRIVACY ACT (APR 1984); 52.225-1 BUY AMERICAN ACT--SUPPLIES (JUN 2003); 52.225-8 DUTY-FREE ENTRY (FEB 2000); 52.227-1 AUTHORIZATION AND CONSENT (JUL 1995); 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (AUG 1996); 52.227-3 PATENT INDEMNITY (APR 1984); 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997); 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003); 52.230-2 COST ACCOUNTING STANDARDS (APR 1998); 52.232-1 PAYMENTS (APR 1984); 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002); 52.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984); 52.232-17 INTEREST (JUN 1996); 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986); 52.232-25 PROMPT PAYMENT (OCT 2003); 52.232-33 PAYMENT BY ELECTRONIC FUNDS; TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003); 52.232-37 MULTIPLE PAYMENT ARRANGEMENTS (MAY 1999) 52.233-1 DISPUTES (JUL 2002); 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984); 52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997); 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996); 52.242-13 BANKRUPTCY (JUL 1995); 52.243-1 CHANGES--FIXED-PRICE (AUG 1987); 52.244-2 SUBCONTRACTS (AUG 1998); 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (FEB 2006); 52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (MAY 2004); 52.246-17 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003); 52.246-25 LIMITATION OF LIABILITY--SERVICES (FEB 1997); 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (MAY 2004); 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984); 52.252-4 ALTERATIONS IN CONTRACT (APR 1984); 52.253-1 COMPUTER GENERATED FORMS (JAN 1991); Offerors certify that they have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, Offerors verify by submission of their proposal and incorporation in their proposal by reference as of the date of the proposal that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this RFP. FAR 52.216-1 TYPE OF CONTRACT (APR 1984 - MINOR DEVIATION) (Reference 16.105). The Government contemplates award of a Firm Fixed Price contract resulting from this request for quotes. Inquiries, questions, and all correspondence concerning this solicitation document should be submitted via FedBid, referencing USHMM RFQ-9531-12-R-0500. No verbal modifications will be considered. All questions must reference specific parts of the solicitation including page numbers and will only be received until Thursday, January 5th, 2012, at 11:00 AM ET. Replies will be made in writing, and distributed to all vendors via FedBid posting. Offerors shall propose an itemized payment schedule which ties reasonable, performance-related progress payments to Museum-accepted delivery of goods and services, while withholding a 10% retainage of the total project price pending satisfactory completion of contract performance. Contractor warrants that the prices for the supplies and services under this Contract are not greater than the prices charged the Contractor's most favorable customer under similar circumstances. As stated, USHMM is seeking renewal of its existing support and maintenance relationship for applicable USHMM Cisco hardware. By reposting as "brand name or equal" USHMM places prospective offerors on notice that bidding goods and services other than but effectively identical to those for which we are seeking quotes shall carry the additional burden of establishing that identity to the satisfaction of our technical team, by separate non-pricing writing accompanying the FedBid submission to bfalk@ushmm.org. Bottom line, any offeror whose quote demonstrates (and represents, warrants, and certifies) that their offering is an "exact match" will receive good faith consideration. (Offerors are permitted to submit multiple quotes for different products, subject to the proviso above.) To be considered for award, all Sellers must be manufacturer federally authorized distributors and/or resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers will be required to provide documentation as proof of authorization to be considered for award. Please send this documentation to FedBid?s client services team (clientservices@fedbid.com) prior to the close of this Buy. Sellers must bid exact match to spec (make, model and spec) A)The products offered in this bid are brand new, not gray market and are in original packaging. B) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. C) Full Cisco warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. To Bid on this opportunity, Seller must be Cisco Gold, Silver or Premier Partners. No exceptions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HMM/FM/WashingtonDC/RFQ-9531-12-R-0650/listing.html)
 
Place of Performance
Address: Washington, DC 20024
Zip Code: 20024
 
Record
SN02656709-W 20120120/120118235011-3228f8886bd9d3834952bde19dd072e9 (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.