This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12,
Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures.
This announcement constitutes the only solicitation. Competitive quotes are
being requested under N66001-13-T-6405. This requirement is set-aside for
Small Business / Brand-name only, NAICS code is 334290 and business size
standard is 750 personnel.
In order to be considered for award, the vendor must either be a Premier,
Silver or Gold Certified Cisco Partner. All vendors are required to submit
documentation with their offer that identifies Cisco Partnership level. The
vendors Cisco Partner status will be verified by the Government with Cisco
Brand Protection prior to award. The vendor shall warrant that all products are
new and in their original Cisco box. The vendor confirms to have sourced all
Cisco products provided under this contract directly from Cisco US or through
Cisco CONUS authorized channels only.
ITEM 0001. Cisco 3945 w/SPE150
(3GE,4EHWIC,4DSP,4SM,256MBCF,1GBDRAM,IPB)-1. S39UK9-15204M included.
PN: CISCO3945/K9
QTY = 5 EA
UNIT COST =
TOTAL =
ITEM 0002. 1GB to 2GB DRAM Upgrade (1GB+1GB) for Cisco 3925/3945 ISR-3
PN: MEM-3900-1GU2GB
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0003. UCS-E,SingleWide,4Cor CPU,2x8G SD,1x8GB UDIMM,1-2 HDD-4
PN: UCS-E140S-M1/K9
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0004. 900 GB, SAS hard disk drive for SingleWide UCS-E-5
PN: E100S-HDD-SAS900G
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0005. Paper license for SRE VMware ESXi-6
PN: FL-SRE-V-HOST
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0006. Enhcd EtherSwitch, L2/L3, SM, 24 GE, POE-7
PN: SM-ES3G-24-P
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0007. Cisco 3925/3945 AC Power Supply (Secondary PS)-8
PN: PWR-3900-AC/2
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0008. AC Power Cord (North America), C13, NEMA 5-15P, 2.1m-9
PN: CAB-AC
QTY = 10 Each
UNIT COST =
TOTAL =
ITEM 0009. Cisco 3925/3945 AC Power Supply-10
PN: PWR-3900-AC
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0010. 8 GB SD Card for SingleWide and DoubleWide UCS-E-11
PN: E100-SD-8G
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0011. 8GB 1333MHz VLP UDIMM/PC3-10600 2R for SinglWde UCS-E-12
PN: E100S-MEM-UDIMM8G
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0012. E-Series 140S Hard Disk Drive Blank Face Plate Cover-13
PN: SW-DISK-COVER
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0013. VMware Vsphere Hypervisor (ESXi) software for SRE / UCS E-14
PN: SW-SREVUCSE-2.0K9
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0014. Cisco 3925/3945 Fan Assembly (Bezel included)-15
PN: 3900-FANASSY
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0015. Cisco Services Performance Engine 150 for Cisco 3945 ISR-16
PN: C3900-SPE150/K9
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0016. Cisco Config Pro Express on Router Flash-17
PN: ISR-CCP-EXP
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0017. 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR-18
PN: MEM-CF-256MB
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0018. IP Base License for Cisco 3925/3945-19
PN: SL-39-IPB-K9
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0019. SMARTNET 8X5XNBD Cisco 3945 w/SPE150-20 (Service Item - site
information required)
PN: CON-SNT-3945
QTY = 1 Each
UNIT COST =
TOTAL =
ITEM 0020. SW APP SUPP + UPGR UCS-E,SingleWide,4Cor CPU,2x8G
SD,1x8GB-21 (Service Item -site information required)
PN: CON-SAU-UCSE14SM
QTY = 1 Each
UNIT COST =
TOTAL =
ITEM 0021. 1000BASE-T SFP-22
PN: GLC-T=
QTY = 10 Each
UNIT COST =
TOTAL =
ITEM 0022. Catalyst 3560X 24 Port Data IP Services-23
PN: WS-C3560X-24T-E
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0023. CAT 3560X IOS UNIVERSAL WITH WEB BASED DEV MGR-24
PN: S356XVK9T-12255SE
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0024. AC Power Cord for Catalyst 3K-X (North America)-25
PN: CAB-3KX-AC
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0025. Catalyst 3K-X 350W AC Power Supply-26
PN: C3KX-PWR-350WAC
QTY = 5 Each
UNIT COST =
TOTAL =
ITEM 0025. SMARTNET 8X5XNBD Catalyst 3560X 24 Port Data IP Services-27
(Service Item site information required)
PN: CON-SNT-3560X2TE
QTY = 5 Each
UNIT COST =
TOTAL =
GRAND TOTAL =
Required Delivery Date = May 23, 2013.
Delivery Address:
SPAWAR SYSTEMS CENTER PACIFIC
RECEIVING OFFICER
4297 PACIFIC HIGHWAY, BLDG OT7
Basis for award: The government anticipates awarding a firm-fixed price
purchase order.
"To be considered for award, the offeror certifies that the product being
offered
is an original and new Cisco product, and that the subject products are
eligible
for all manufacturer warranties and other ancillary services or options
provided
by the manufacturer. Offeror further certifies that it is authorized by the
manufactures to sell the Cisco product in the U.S. Offerors are required to
submit documentation with the offer identifying its supply chain for the
product,
that all products are new and in their original (BRAND NAME) packaging. By
making an offer, offeror also consents to cancellation of award if, upon
inspection after delivery, any products provided are not recognized or
acknowledged by the manufacturer as new and original products that are
eligible for warranties and all other ancillary services or options provided by
the
manufacturers or that Offeror was not authorized by the manufacturer to sell
the Cisco product in the U.S."
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-66, Effective 01 Apr 2013 and DFARS DPN
20130412, Effective 12 Apr 2013. It is the responsibility of the contractor to
be
familiar with the applicable clauses and provisions. The clauses can be
accessed in full text at www.farsite.hill.af.mil.
Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors
Commercial and 52.212-4, Contract Terms and Conditions Commercial Items,
incorporated by reference, applies to this acquisition. FAR Clause 52.212-3,
Offeror Representations and Certifications -- Commercial Items and DFAR S
252.212-7000 Offeror Representations and Certifications.
Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
applies to acquisition and includes 52.222-50, Combating Trafficking in
Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553),
52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-
78), 52.222-3, Convict LaborE.O. 11755), 52.222-19, Child LaborCooperation
with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of
Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246),
52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations,
and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury), 52.232-33, Payment by Electronic Funds
TransferCentral Contractor Registration (31 U.S.C. 3332), 52.209-6,
Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101
note), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
(29
U.S.C. 793). 52.214-3, Amendments to Invitations for Bids, 52.214-4, False
Statements and Bids, 52.214-5, Submission of Bids, 52.214-6, Explanation to
Prospective Bidders, 52.214-7, Late Submissions, Modifications, and Withdrawls
of Bids.
DFARS Clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense Acquisition of
Commercial Items and DFARS Clause 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisition of Commercial Items Deviation apply to this acquisition
and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy
American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O.
10582), 252.232-7003, Electronic Submission of Payment Requests and
Receiving Reports (10 U.S.C. 2227). 252.211-7003 ITEM IDENTIFICATION
AND VALUATION (JUN 2011)
DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code
Reporting , 52.204-6, Data Universal Numbering System (DUNS).
This RFQ closes on May 02, 2013 at 06:00 AM, Pacific Daylight Time (PDT).
Quotes must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-13-T-6405.
The point of contact for this solicitation is Danilo Ibarra at
[email protected]. Please include RFQ N66001-13-T-6405 on all inquiries.
All responding vendors must be registered to the System for Award
Management (SAM) prior to award of contract. Information can be found at
https://www.sam.gov/.
Bid Protests Not Available