Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
MODIFICATION

70 -- OPTION - CISCO ISE/ AEPX RENEWAL LICENSES

Notice Date
10/8/2019
 
Notice Type
Modification/Amendment
 
Contracting Office
700 Robbins Avenue, Building 2B, Philadelphia, PA 19111
 
ZIP Code
19111
 
Solicitation Number
HQ01009128A076
 
Response Due
9/24/2019
 
Archive Date
3/22/2020
 
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
CANCELLATION 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 HQ01009128A076 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 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 511120 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-24 14:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Washington, DC 20319 The FLC Norfolk - Philadelphia requires the following items, Brand Name Only (Exact Match), to the following: Base Period of Performance: 09/30/2019 - 09/29/2020 LI 001: L-ISE-PLS-S-3500= Cisco ISE 3500 Subscription Cisco ISE 3500 Endpoint Plus Subscription License Previous contract:N00189-17-P-Z941, 1, EA; LI 002: ISE-PLS-1YR-3500 Cisco ISE 3500 License Cisco ISE 1-Yr 3500 Endpoint Plus License Previous contract:N00189-17-P-Z941, 1, EA; LI 003: L-ISE-APX-S-1500= Cisco Apex Subscription Cisco ISE 1500 Endpoint Apex Subscription License Previous contract:N00189-17-P-Z941, 1, EA; LI 004: ISE-APX-1YR-1500 Cisco Apex License Cisco ISE 1-Yr 1500 Endpoint Apex License Previous contract:N00189-17-P-Z941, 1, EA; Option 1 Period of Performance: 09/30/2020 - 09/29/2021 LI 001: L-ISE-PLS-S-3500= Cisco ISE 3500 Subscription Cisco ISE 3500 Endpoint Plus Subscription License, 1, EA; LI 002: ISE-PLS-1YR-3500 Cisco ISE 3500 License Cisco ISE 1-Yr 3500 Endpoint Plus License, 1, EA; LI 003: L-ISE-APX-S-1500= Cisco Apex Subscription Cisco ISE 1500 Endpoint Apex Subscription License, 1, EA; LI 004: ISE-APX-1YR-1500 Cisco Apex License Cisco ISE 1-Yr 1500 Endpoint Apex License, 1, EA; Option 2 Period of Performance: 09/30/2021 - 09/29/2022 LI 001: L-ISE-PLS-S-3500= Cisco ISE 3500 Subscription Cisco ISE 3500 Endpoint Plus Subscription License, 1, EA; LI 002: ISE-PLS-1YR-3500 Cisco ISE 3500 License Cisco ISE 1-Yr 3500 Endpoint Plus License, 1, EA; LI 003: L-ISE-APX-S-1500= Cisco Apex Subscription Cisco ISE 1500 Endpoint Apex Subscription License, 1, EA; LI 004: ISE-APX-1YR-1500 Cisco Apex License Cisco ISE 1-Yr 1500 Endpoint Apex License, 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC Norfolk - Philadelphia intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. FLC Norfolk - Philadelphia 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 511120 and the Small Business Standard is 1,000. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders —Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. lowest price, technically acceptable System for Award Management (Oct 2018) SAM Maintenance (Oct 2016) CAGE Maintenance (July 2016) Alternative Line Item Proposal (Jan 2017) Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Offeror Reps and Certs (Nov 2014) Notice of Total Small Business Set-Aside (Nov 2011) Combating Trafficking in Persons (Jan 2019) Payment by Electronic Funds Transfer - SAM (Oct 2018) Unenforceability of Unauthorized Obligations (June 2013) Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) Protest After Award (August 1996) Clauses Incorporated by Reference (Feb 1998) Requirement to Inform Employees of Whistleblower Rights (Sept 2013) Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) Notice of Authorized Disclosure of Information for Litigation Support (May 2016) Subcontracts for Commercial Items (June 2013) Wide Area Workflow Payment Instructions (Dec 2018) Export-Controlled Items (June 2013) Evaluation of Options (July 1990)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/HQ01009128A076/listing.html)
 
Place of Performance
Address: Washington, DC 20319
Zip Code: 20319
 
Record
SN05470941-W 20191010/191008230648-4f3536ee54ba51b956b1026d56161e31 (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.