Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
MODIFICATION

70 -- IT Refresh Equipment

Notice Date
8/24/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Avenue, NW, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
PR20098451
 
Response Due
8/24/2018
 
Archive Date
2/20/2019
 
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
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number PR20098451. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 932893. Open Market: Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. 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 2018-08-24 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions.. The DHS Customs and Border Protection (CBP) requires the following items, Brand Name Only (Exact Match), to the following: LI 001: CISCO ISR 4331 SEC Bundle w/SEC License (see BOM), 75, EA; LI 002: IP Base License for Cisco ISR 4330 Series (BOM), 75, EA; LI 003: Unified Communication License for Cisco ISR 4330 Series (see BOM), 75, EA; LI 004: AC Power Supply for Cisco ISR 4330 (for ISR4331-SEC/K9)(see BOM), 25, EA; LI 005: AC Power Cord (North America), C13, NEMA 5-15P, 2.1m (for ISR4331-SEC/K9), 75, EA; LI 006: 4G DRAM (2G+2G) for Cisco ISR 4330, 4350 (for ISR4331-SEC/K9) (see BOM), 75, EA; LI 007: 4G Flash Memory for Cisco ISR 4300 (Soldered on motherboard) (for ISR4331-SEC/K9) (see BOM), 75, EA; LI 008: Security License for Cisco ISR 4330 Series (for ISR4331-SEC/K9), 75, EA; LI 009: Cisco ISR 4300 Series IOS XE Universal (for ISR4331-SEC/K9), 75, EA; LI 010: SM-X Adapter for one NIM module for Cisco 4000 Series ISR, 75, EA; LI 011: T1 CSU/DSU Network Interface, 75, EA; LI 012: 8 Port Switch, 75, EA; LI 013: Console Cable 6 ™ with RJ45 & DB9F (Both System and Spare), 75, EA; LI 014: 100 Prepaid training credits:Redeem w/Cisco Learning Partners, 1, EA; LI 015: UCS B200 M5 Blade w/o CPU, mem, HDD, mezz (UPG), 8, EA; LI 016: 2.0 GHz 8153/125W 16C/22MB Cache/DDR4 2666MHz, 16, EA; LI 017: 32GB DDR4-2666-MHz RDIMM/PC4-21300/dual rank/x4/1.2v, 64, EA; LI 018: Cisco UCS VIC 1340 modular LOM for blade servers, 8, EA; LI 019: UCS 5108 Blade Chassis FW Package 3.2, 8, EA; LI 020: VMware vSphere 6 Ent Plus (1 CPU), 1-yr, Support Required, 16, EA; LI 021: VSphere Enterprise Plus for 1 CPU; ANNUAL List 1-YR Reqd, 16, EA; LI 022: FlexStorage blanking panels w/o controller, w/o drive bays, 16, EA; LI 023: UCS DIMM Blanks, 128, EA; LI 024: CPU Heat Sink for UCS B-Series M5 CPU socket (Rear), 8, EA; LI 025: CPU Heat Sink for UCS B-Series M5 CPU socket (Front), 8, EA; LI 026: Cisco ONE Data Center Compute Opt Out Option, 8, EA; LI 027: Cisco OneNexus5672UP 1RU,32x10G SFP+,16pxUP SFP+,6x40G QSFP+, 2, EA; LI 028: Power Cord, 125VAC 13A NEMA 5-15 Plug, North America, 4, EA; LI 029: Nexus 5672 Chassis Accessory Kit, 2, EA; LI 030: Nexus 5600/6000 Base OS Software Rel 7.3(2)N1(1), 2, EA; LI 031: Nexus 1100W Platinum PS, Port side Exhaust airflow, 4, EA; LI 032: Nexus 6001 Fan for Port Side exhaust (Front to Back) airflow, 6, EA; LI 033: Cisco ONE Foundation Perpetual Nexus 5672, 2, EA; LI 034: Cisco ONE DCNM for LAN Advanced Edt. for Nexus 5000, 2, EA; LI 035: Nexus 5600 Series LAN Base License, 2, EA; LI 036: Nexus 5600 Series LAN Enterprise License, 2, EA; LI 037: Nexus 5672 Enhanced Layer 2 License, 2, EA; LI 038: Nexus 5600 Network Services (includes ITD, RISE), 2, EA; LI 039: Nexus 5600 VM-FEX license, 2, EA; LI 040: Cisco ONE PI Device License for LF & AS for Nexus 5K, 2, EA; LI 041: Tracker PID v03 Fnd Perpetual NEX56721 - no delivery, 2, EA; LI 042: Nexus 1000V Essential Edition Paper Delivery License Qty 96, 2, EA; LI 043: Cisco One Catalyst 3650 24 Port Data 4x1G Uplink, 4, EA; LI 044: UNIVERSAL, 4, EA; LI 045: 250W AC Config 2 Power Supply, 4, EA; LI 046: 250W AC Config 2 Secondary Power Supply, 4, EA; LI 047: North America AC Type A Power Cable, 8, EA; LI 048: Type 2 Stacking Blank, 4, EA; LI 049: Cisco ONE Foundation Perpetual - Catalyst 3650 24-port, 4, EA; LI 050: Cisco ONE PI Device License for LF & AS for Cat 2k, 3k, 4, EA; LI 051: Cisco ONE Identity Services Engine 50 EndPoint Base Lic, 4, EA; LI 052: Tracker PID v03 Fnd Perpetual CAT36501 - no delivery, 4, EA; LI 053: Cisco One Advanced Perpetual - Catalyst 3650 24-port, 4, EA; LI 054: C3650-24 LAN Base to IP Services Paper RTU License, 4, EA; LI 055: Fed Only, C9300 48P data, Network Advantage, 1yr offering, 3, EA; LI 056: C9300 Network Advantage, 48-port license, Federal offer, 3, EA; LI 057: UNIVERSAL, 3, EA; LI 058: 350W AC Config 1 Power Supply, 3, EA; LI 059: 350W AC Config 1 Secondary Power Supply, 3, EA; LI 060: Catalyst 9300 2 x 40GE Network Module, 3, EA; LI 061: North America AC Type A Power Cable, 6, EA; LI 062: 50CM Type 1 Stacking Cable, 3, EA; LI 063: Catalyst Stack Power Cable 30 CM, 3, EA; LI 064: C9300 DNA Advantage, 48-Port Term Licenses, Federal offer, 3, EA; LI 065: C9300 DNA Advantage, 48-Port, 1 Year Term License, 3, EA; LI 066: Fed Only, C9300 48P data, Network Advantage, 1yr offering, 1, EA; LI 067: C9300 Network Advantage, 48-port license, Federal offer, 1, EA; LI 068: UNIVERSAL, 1, EA; LI 069: 350W AC Config 1 Power Supply, 1, EA; LI 070: 350W AC Config 1 Secondary Power Supply, 1, EA; LI 071: Catalyst 9300 2 x 40GE Network Module, 1, EA; LI 072: North America AC Type A Power Cable, 2, EA; LI 073: C9300 DNA Advantage, 48-Port Term Licenses, Federal offer, 1, EA; LI 074: C9300 DNA Advantage, 48-Port, 1 Year Term License, 1, EA; LI 075: 1M Type 1 Stacking Cable, 1, EA; LI 076: Catalyst Stack Power Cable 150 CM - Upgrade, 1, EA; LI 077: Fed Only, C9300 48P data, Network Advantage, 1yr offering, 4, EA; LI 078: C9300 Network Advantage, 48-port license, Federal offer, 4, EA; LI 079: UNIVERSAL, 4, EA; LI 080: 350W AC Config 1 Power Supply, 4, EA; LI 081: 350W AC Config 1 Secondary Power Supply, 4, EA; LI 082: Catalyst 9300 4 x 1GE Network Module, 4, EA; LI 083: North America AC Type A Power Cable, 8, EA; LI 084: 50CM Type 1 Stacking Cable, 4, EA; LI 085: Catalyst Stack Power Cable 30 CM, 4, EA; LI 086: C9300 DNA Advantage, 48-Port Term Licenses, Federal offer, 4, EA; LI 087: C9300 DNA Advantage, 48-Port, 1 Year Term License, 4, EA; LI 088: Fed Only, C9300 48P data, Network Advantage, 1yr offering, 2, EA; LI 089: C9300 Network Advantage, 48-port license, Federal offer, 2, EA; LI 090: UNIVERSAL, 2, EA; LI 091: 350W AC Config 1 Power Supply, 2, EA; LI 092: 350W AC Config 1 Secondary Power Supply, 2, EA; LI 093: North America AC Type A Power Cable, 4, EA; LI 094: 50CM Type 1 Stacking Cable, 2, EA; LI 095: Catalyst Stack Power Cable 30 CM, 2, EA; LI 096: C9300 DNA Advantage, 48-Port Term Licenses, Federal offer, 2, EA; LI 097: C9300 DNA Advantage, 48-Port, 1 Year Term License, 2, EA; LI 098: No Network Module Selected, 2, EA; LI 099: Cisco Catalyst Type 1 Network Module Blank, 2, EA; LI 100: Fed Only, C9300 48P data, Network Advantage, 1yr offering, 2, EA; LI 101: C9300 Network Advantage, 48-port license, Federal offer, 2, EA; LI 102: UNIVERSAL, 2, EA; LI 103: 350W AC Config 1 Power Supply, 2, EA; LI 104: 350W AC Config 1 Secondary Power Supply, 2, EA; LI 105: North America AC Type A Power Cable, 4, EA; LI 106: C9300 DNA Advantage, 48-Port Term Licenses, Federal offer, 2, EA; LI 107: C9300 DNA Advantage, 48-Port, 1 Year Term License, 2, EA; LI 108: No Network Module Selected, 2, EA; LI 109: Cisco Catalyst Type 1 Network Module Blank, 2, EA; LI 110: 1M Type 1 Stacking Cable, 2, EA; LI 111: Catalyst Stack Power Cable 150 CM - Upgrade, 2, EA; LI 112: 40GBASE Active Optical Cable, 30m, 6, EA; LI 113: 40GBASE Active Optical Cable, 10m, 6, EA; LI 114: 40GBASE Active Optical Cable, 1m, 2, EA; LI 115: Cisco ONE ISR 4321 (2GE,2NIM,4G FLASH,4G DRAM,IPB), 150, EA; LI 116: Cisco ONE Promo LIC Akamai Connect for 200 connection WAAS, 150, EA; LI 117: IP Base License for Cisco ISR 4320 Series, 150, EA; LI 118: 2-Port Serial WAN Interface card, 150, EA; LI 119: AC Power Supply for Cisco ISR 4320, 150, EA; LI 120: AC Power Cord, Type C5, US, Canada, 150, EA; LI 121: 8G eUSB Flash Memory for Cisco ISR 4430, 150, EA; LI 122: 4G to 8G DRAM Upgrade (Fixed 4G + additional 4G) for ISR4320, 150, EA; LI 123: Blank faceplate for NIM slot on Cisco ISR 4400, 150, EA; LI 124: Cisco ONE Foundation Perpetual License ISR 4321, 150, EA; LI 125: Security License for Cisco ISR 4320 Series, 150, EA; LI 126: AppX License for Cisco ISR 4320 Series, 150, EA; LI 127: ISRWAAS software 200 conns for ISR4300 series, 150, EA; LI 128: Cisco ONE PI Device License for LF, AS, & IWAN App for ISR, 150, EA; LI 129: Cisco ONE Promo license to manage one WAAS node, 150, EA; LI 130: Tracker PID v04 Fnd Perpetual ISR4320S - no delivery, 150, EA; LI 131: Cisco ISR 4300 Series IOS XE Universal, 150, EA; LI 132: Fed Only, C9300 48P data, Network Advantage, 1yr offering, 4, EA; LI 133: C9300 Network Advantage, 48-port license, Federal offer, 4, EA; LI 134: UNIVERSAL, 4, EA; LI 135: 350W AC Config 1 Power Supply, 4, EA; LI 136: 350W AC Config 1 Secondary Power Supply, 4, EA; LI 137: Catalyst 9300 4 x 1GE Network Module, 4, EA; LI 138: North America AC Type A Power Cable, 8, EA; LI 139: No Stack Cable Selected, 4, EA; LI 140: No Stack Power Cable Selected, 4, EA; LI 141: C9300 DNA Advantage, 48-Port Term Licenses, Federal offer, 4, EA; LI 142: C9300 DNA Advantage, 48-Port, 1 Year Term License, 4, EA; LI 143: Cisco ONE - ASR1001-X, 2, EA; LI 144: ASR1K-WAN Core with or without Crypto-Tracking only, 2, EA; LI 145: Cisco ASR1001-X 8GB DRAM, 2, EA; LI 146: Blank faceplate for NIM slot on Cisco ISR 4400, 2, EA; LI 147: Blank Cover for regular SPA, 2, EA; LI 148: Cisco ONE Foundation Perpetual Suite AES IPSec FW AVC Prime, 2, EA; LI 149: Cisco ONE ASR 1000 Advanced Enterprise Services License, 2, EA; LI 150: Cisco ONE Encryption Right-To-Use Feat Lic ASR1000 Series, 2, EA; LI 151: Cisco ONE Appl. Visibility and Control License ASR1000, 2, EA; LI 152: Cisco ONE FW License for ASR1000 Series, 2, EA; LI 153: Cisco ONE PI Device License for LF & AS for ASR 1000, 2, EA; LI 154: Tracker PID v02 Fnd Perpetual ASR1 - no delivery, 2, EA; LI 155: Cisco ASR1001-X IOS XE UNIVERSAL, 2, EA; LI 156: Cisco ASR1001-X AC Power Supply, 4, EA; LI 157: Power Cord, 250VAC, 15A, NEMA L6-20 to C13, US, 4, EA; LI 158: ASA 5525-X with FirePOWER Services, 8GE, AC, 3DES/AES, SSD, 15, EA; LI 159: AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 15, EA; LI 160: Cisco ASA 9.8.2 Software image for ASA Spyker/Saleen, 15, EA; LI 161: Cisco FirePOWER Software v6.2.2 for ASA 5500-X, 15, EA; LI 162: ASA 5512-X -- ASA 5555-X Rail Kit, 15, EA; LI 163: Cisco ASA5525 Control License, 15, EA; LI 164: ASA 5525-X Interface Card Blank Slot Cover, 15, EA; LI 165: ASA 5512-X through 5555-X 120GB MLC SED SSD (Incl.), 15, EA; LI 166: ASA 5525 IPS Part Number with which PCB Serial is associated, 15, EA; LI 167: ASA 5500 Strong Encryption License (3DES/AES), 15, EA; LI 168: 500 Prepaid training credits:Redeem w/Cisco Learning Partners, 5, EA; LI 169: 1U Rack Server (400TB of more total dense disk); configured as follows:(*see BOM), 50, EA; LI 170: 1U Edge Nodes; configured as follows:(see BOM), 9, 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, DHS Customs and Border Protection (CBP) 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection (CBP) is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item ” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question ’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be 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. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 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/. 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 http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. 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.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20098451/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN05055572-W 20180826/180824231436-c2f8c1c2089148cb708f509240f34d5d (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.