Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

70 -- Nexus and Catalyst Switches

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
330 Old Niskayuna Rd, Latham, NY 12110
 
ZIP Code
12110
 
Solicitation Number
0010595678
 
Response Due
9/22/2014
 
Archive Date
3/21/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
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.The solicitation number is 0010595678 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 FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside 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 2014-09-22 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Watervliet, NY 12189 The National Guard - New York requires the following items, Exact Match Only, to the following: LI 001: Part # WS-C3650-48PS-S: Cisco Catalyst 3650 48 Port PoE 4x1G Uplink IP Base, 3, EA; LI 002: Part # S3650UK9-36E: CAT 650 Universal k9 image, 3, EA; LI 003: Part # PWR-C2-640WAC: 640W AC Config 2 Power Supply, 3, EA; LI 004: Part # PWR-C2-640WAC/2: 640W AC Config 2 Secondary Power Supply, 3, EA; LI 005: Part # CAB-TA-NA: North American AC Type Power Cable, 6, EA; LI 006: Part # STACK-T2-BLANK: Type 2 Stacking Blank, 3, EA; LI 007: Part # C2901-VSECIK9: Cisco 2901 UC Sec.Bundle, PVOMJ-16. UC&SEC License,FL-CUBE10, 1, EA; LI 008: Part #S29UK9-15303M Cisco 2901-2921 IOS UNIVERSAL, 1, EA; LI 009: Part #PWR-2901-AC Cisco 2901 AC Power Supply, 1, EA; LI 010: Part #FL-CUBEE-5 Unified Border Element Enterprise License-5 sessions, 2, EA; LI 011: Part #PI-MSE-PRMO-INSRT Insert, Packout-PI-MSE, 1, EA; LI 012: Part #SL-29-IPB-K9 IP Base License for Cisco 2901-2951, 1, EA; LI 013: Part #SL-29-UC-K9 Unified Communication L1cerse for Cisco 2901-2951, 1, EA; LI 014: Part #CAB-AC AC Power Cord (North Amenca), C13, NEMA 5-15P, 2.1m, 1, EA; LI 015: Part #HWIC-BLANK Blank faceplate for HWIC slot on Cisco ISR, 4, EA; LI 016: Part #ISR-CCP-EXP Cisco Config Pro Express on Router Flash, 1, EA; LI 017: Part #MEM-2900-512MB-OEF 512MB DRAM for Cisco 2901-2921 ISR (Default), 1, EA; LI 018: Part #MEM-CF-256MB 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR, 1, EA; LI 019: Part #PVOMJ-16 16-channel h1gh-density voice and video DSP module, 1, EA; LI 020: Part #SL-29-SEC-K9 Security License for Cisco 2901-2951, 1, EA; 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, National Guard - New York 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. National Guard - New York 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. All equipment, interconnected systems or subsystems of equipment used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data must be BAA or TAA compliant. The offeror will be able to supply BAA / TAA compliance certification, if requested, upon award of contract. This does not apply to passive components, such as cables, mounting hardware, screws, paper documentation, etc. unless the value of the passive components exceeds the TAA threshold for the sourcing foreign country. Unless documented in writing on the solicitation, by line item, any equipment specified by brand name and/or model may not be substituted with an ?equivalent? item. If the specified item cannot be obtained for technical reasons (for instance, is no longer manufactured), then the solicitation must be amended with a new item after thorough technical review by the originator. Unless specifically documented in the solicitation, refurbished or remanufactured equipment is not acceptable. If remanufactured items are specified as acceptable in the solicitation, all remanufactured equipment must be evaluated prior to acceptance for relevant supply chain conformance items and inclusion into existing enterprise maintenance agreements. Use of any remanufactured equipment will be clearly denoted on the offer. Offeror must be an authorized reseller or partner as validated by the name-brand manufacturer for all equipment subject to BAA/TAA compliance. Equipment must be traceable throughout the distribution chain, from the manufacturer to the offeror, to preclude surreptitious modification or addition of noncompliant hardware or software. All personnel performing on-site or remote services that require unprivileged access to hardware or software that processes, stores or transmits CUI (FOUO) data must be US Citizens or Permanent Residents with valid Visa; and have at least a favorable Public Trust Suitability Determination (SF-85P) before work can begin. Personnel requiring privileged access to systems that process, store, or transmit CUI (FOUO) data must be US Citizens with at least a favorable NAC investigation and must meet the training and certification requirements as specified in DoD 8570.1M before work can begin. Unless specified in the solicitation, all work requiring privileged-level access must be done onsite. If the solicitation specifies that the contract will involve Classified systems, additional requirements will be separately listed on a DD-254, Department of Defense Contract Security Classification Specification. If the offer includes service delivery via telephone, then the support personnel should be US Citizens or Permanent Residents based in the US. If the service is to be delivered from outside the US, it may not be from an EAR or ITAR restricted or embargoed country. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW?FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that? (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that? (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3cee28ba08f5d6aa1c08f282064a547c)
 
Place of Performance
Address: Watervliet, NY 12189
Zip Code: 12189-4000
 
Record
SN03519049-W 20140920/140919000509-3cee28ba08f5d6aa1c08f282064a547c (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.