Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

70 -- Cisco Switches

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
3250 Catlin Avenue, Quantico, VA 22134
 
ZIP Code
22134
 
Solicitation Number
M3060516RC00403
 
Response Due
9/21/2016
 
Archive Date
3/20/2017
 
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
AMENDMENT NOTICE: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 M3060516RC00403 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-09-21 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Meade, MD 20755 The USMC - Quantico requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Cisco WS-C3850-24T-E Cisco Catalyst 3850 24 Port Data IP Services, 10, EA; LI 002: Cisco S3850UK9-36E CAT3850 Universal k9 image, 10, EA; LI 003: Cisco CAB-TA-NA North America AC Type A Power Cable, 10, EA; LI 004: Cisco STACK-T1-50CM 50CM Type 1 Stacking Cable, 10, EA; LI 005: Cisco CAB-SPWR-30CM Catalyst 3750X and 3850 Stack Power Cable 30 CM, 10, EA; LI 006: Cisco PWR-C1-350WAC 350W AC Config 1 Power Supply, 10, EA; LI 007: Cisco C3850-NM-2-10G Cisco Catalyst 3850 2 x 10GE Network Module, 10, EA; LI 008: Cisco SFP-10G-LR++= 10GBASE-LR SFP Module, 5, EA; LI 009: Cisco SFP-10G-SR= 10GBASE-SR SFP module, 15, EA; LI 010: Cisco C1-WS3850-24S/K9 Cisco One Catalyst 3850 24 Port Fiber Switch, 2, EA; LI 011: Cisco S3850UK9-36E CAT3850 Universal k9 image, 2, EA; LI 012: Cisco C3850-NM-2-10G Cisco Catalyst 3850 2 x 10GE Network Module, 2, EA; LI 013: Cisco CAB-TA-NA North America AC Type A Power Cable, 2, EA; LI 014: Cisco STACK-T1-50CM 50CM Type 1 Stacking Cable, 2, EA; LI 015: Cisco CAB-SPWR-30CM Catalyst 3750X and 3850 Stack Power Cable 30 CM, 2, EA; LI 016: Cisco PWR-C1-350WAC 350W AC Config 1 Power Supply, 2, EA; LI 017: Cisco C1FPCAT38504K9 Cisco One Foundation Perpetual Catalyst 3850 24-port Fiber, 2, EA; LI 018: Cisco C1-PI-LFAS-2K3K-K9 Cisco ONE PI Device License for LF & AS for Cat 2k, 3k, 2, EA; LI 019: Cisco C1-ISE-BASE-24P Cisco ONE Identity Services Engine 50 EndPoint Base Lic, 2, EA; LI 020: Cisco C1-EGW-50-K9 Cisco ONE Energy Mgmt Perpetual Lic - 50 DO End Points, 2, EA; LI 021: Cisco C1-CAND-1 Cisco ONE Connected Analytics Net Deployment -1 Dev Lic 1 YR, 2, EA; LI 022: Cisco C1F1VCAT38504-01 Tracker PID v01 Fnd Perpetual CAT38504 - no delivery, 2, EA; LI 023: Cisco SFP-10G-SR= 10GBASE-SR SFP module, 4, EA; LI 024: Cisco GLC-SX-MMD= 1000BASE-SX SFP transceiver module, MMF, 850nm, DOM, 48, EA; LI 025: Cisco WS-C3850-24T-E Cisco Catalyst 3850 24 Port Data IP Services, 2, EA; LI 026: Cisco S3850UK9-36E CAT3850 Universal k9 image, 2, EA; LI 027: Cisco CAB-TA-NA North America AC Type A Power Cable, 2, EA; LI 028: Cisco STACK-T1-50CM 50CM Type 1 Stacking Cable, 2, EA; LI 029: Cisco CAB-SPWR-30CM Catalyst 3750X and 3850 Stack Power Cable 30 CM, 2, EA; LI 030: Cisco PWR-C1-350WAC 350W AC Config 1 Power Supply, 2, EA; LI 031: Cisco C3850-NM-4-1G Cisco Catalyst 3850 4 x 1GE Network Module, 2, EA; LI 032: Cisco GLC-SX-MMD= 1000BASE-SX SFP transceiver module, MMF, 850nm, DOM, 2, 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, USMC - Quantico 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. USMC - Quantico 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). 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. New equipment ONLY, NO remanufactured products, and NO "gray market". Vendor must be authorized Cisco reseller, and must provide certificate to show this. If chosen for award, vendor must be registered in the System for Award Management (SAM) prior to award of a contract. Registration information can be found at https://www.sam.gov. If awarded a contract, vendor must register in Wide Area Workflow (WAWF) in order to receive payment. Internet: https://wawf.eb.mil or WAWF Helpdesk: 866-618-5988. 252.203-7000 Requirements Relating to Compensation of Former DOD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information. 252.225-7002 Qualifying Country Sources As Subcontractors. 252.211-7003 Item Unique Identification and Evaluation. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 Wide Area Workflow. 252.232-7010 Levies on Contract Payments. 252.243-7001 Pricing of Contract Modifications. 252.243-7002 Requests For Equitable Adjustment. 252.247-7023 Transportation of Supplies by Sea. EVALUATION: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the program. Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for the non-priced factors. TECHNICAL EVALUATION STANDARD: The contractor shall address the following three factors: 1. Factor 1 ? Technical Capability ? Offeror shall clearly demonstrate its approach to technical ability to meet the requirements of CLIN/Line Items based on meeting the requirements of the Request for Quote, quantity, quality and timeliness of delivery. 2. Factor 2 ? Past Performance ? Vendor may submit references. 3. Factor 3 ? Price ? The offeror shall complete CLIN pricing. In addition to the completed CLIN pricing, the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices. DISCUSSIONS: If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the source selection decision. AWARD DECISION: The award decisions will be made as follows: (1) Step One ? Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government?s requirement. The Government will evaluate all technical capability quotes received by the required date/time. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated ?unacceptable?, the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table. Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award. (2) Step Two - Evaluate Past Performance. The contractor?s record will be reviewed in SAM and PPIRS for any adverse performance history. The past performance ratings are defined as: Acceptable - Based on the Offeror?s performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror?s performance record is unknown (see Note below) or Unacceptable - Based on the Offeror?s performance record, the Government has no reasonable expectation that the Offeror will successfully perform the required effort. NOTE: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, ?unknown? shall be considered ?acceptable (3) Step Three ? Evaluate Price. The offeror?s Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 3 ? Price. (4) Step Four ? Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror?s quote to the terms and conditions of the solicitation. DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror?s submission of a quote constitute a contract or authorize the individual or company to being work. 517911 1)Procure Cisco Switches per attached quantities and configurations. 2)Appliance chassis and all components contained within the chassis shall not require end-user assembly / Install network modules. 3)Image switches 4)Switches are rack mountable. 5)Provide any OEM pass through warranty and any standard commercial warranties at no cost to the government. Submit terms, conditions and durations of the warranties, as well as the OEM technical support information for all devices. 6)All equipment shall be OEM certified. 7)Contractor shall provide letter certifying contractor is an authorized reseller of the manufacturer. 8)Meets DOD IT and security requirements for network devices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/723a6f3d464e9bb74904fb69d4b2f94d)
 
Place of Performance
Address: Fort Meade, MD 20755
Zip Code: 20755
 
Record
SN04272917-W 20160917/160915235239-723a6f3d464e9bb74904fb69d4b2f94d (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.