AMENDMENT 0001, EFFECTIVE 7/14/2015
1. The purpose of this amendment is to incorporate the following questions and
answers:
QUESTION #1:
Item 0022 - Cisco Catalyst 6500 24 Port GIGE, P/N: WS-X674-SFP is an invalid
part
number it would be either WS-X6748 or WS-X6724. If you want the 24 port it is
end of sale and the replacement is as follows do you want me to quote the
replacement 24 port?
Product WS-X6724-SFP= will no longer be available for sale from Cisco as of
31-Jul-
2015. Available replacement Product/s for this item: WS-X6824-SFP-2T=.
ANSWER #1:
ITEM 0022 should be P/N WS-X6824-SFP-2T=.
QUESTION #2:
ITEM #0008. Per our contact at Cisco part SASR1K2UK9-313S is not available.
Can
we quote an alternate part number?
ANSWER #2:
SASR1K2UK9-313S is software IOS that is included item with the ASR1002-Xs.
2. The solicitation closing date has been extended to 7/20/215.
*************************************************************
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 only the solicitation. This is a Total Small
Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business
Concerns will be accepted by the Government. Any quote that is submitted by a
contractor that is not a Small Business will not be considered for award.
Competitive quotes are being requested under N66001-15-T-7844. This
requirement is set-aside for small businesses, NAICS code is 334111 and the
size standard is 1000 employees.
"QUOTE BRAND NAME DO NOT SUBSTITUTE".
QUOTES WILL BE EVALUATED ON AN "ALL OR NONE" BASIS.
ITEM 0001
Cisco ASR 1002-X Chassis,
6 built-in GE, Dual P/S, 4GB, DRAM
P/N: ASR1002-X
QTY: 2 EA
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line
item.
ITEM 0002
Cisco SMARTNET 8X5NBD
Csc ASR1002-X Chs 6 blt-in GE Dual P/S 4
P/N: CON-SNT-ASR1002X
QTY: 2 EA
ITEM 0003
ASR1K-other applications for Enterprise or
SP-Tracking only
P/N: ASR1K-OTHER
QTY: 2 EA
ITEM 0004
Cisco ASR 1000 Advanced Enterprise Services License
P/N: SLASRI-AES
QTY: 2 EA
ITEM 0005
Cisco SMARTNET 8X5NBD
Cisco ASR 1000 Advanced Enterprise Service Agreement
P/N: CON-SNT-SLASR1AM
QTY: 2 EACH
ITEM 0006
Cisco ASR100X-X 16GB DRAM
P/N: M-ASR1002X-16GB
QTY: 2 EACH
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line
item.
ITEM 0007
Cisco ASR1002-X 160GB HDD
P/N: MASR1002X-HD-160G
QTY: 2 EACH
ITEM 0008
Cisco ASR1002-X IOS XE UNIVERSAL
P/N: SASR1K2UK9-313S
QTY: 2 EACH
ITEM 0009
Cisco IPSEC License for ASR1002-X 4G crypto BW
P/N: FLSA1-2X-IPS4G
QTY: 2 EACH
ITEM 0010
Cisco SMARTNET 8X5XNBD IPSEC License for AS
P/N: CON-SNT-FLSA12X
QTY: 2 EA
ITEM 0011
Cisco SW Redundancy License for ASR1000 Series
P/N: FLSASR1-IOSRED
QTY: 2 EA
ITEM 0012
Cisco SMARTNET 8X5XNBD
SW Redundancy License for ASR1000
P/N CON-SNT-FLSAR11
QTY: 2 EA
ITEM 0013
Cisco 8-Port Fast Ethernet (TX) Shared port
Adapter
P/N: SPA-8X1FE-TX-V2
QTY: 2 EA
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line
item.
ITEM 0014
Cisco SMARTNET 8X5XNBD
8-Pt Fast Enet TX
P/N: CON-SNT-8X1FETV2
QTY: 2 EA
ITEM 0015
SPA for ASR1000; No Physical
Part; for tracking only
P/N: ASR1000-SPA
QTY: 2 EA
ITEM 0016
8-Port Channelized T1/E1 to DS0 Shared Port Adapter
P/N: SPA-8XCHT1/E1-V2
QTY: 2 EA
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line
item.
ITEM 0017
Cisco SMARTNET 8X5XNBD
8-port Channelized T
P/N: CON-SNT-SPACHTV2
QTY: 2 EA
ITEM 0018
Cisco ASR1002 AC Power Supply-5
P/N: ASR1002-PWR-AC
QTY: 4 EA
ITEM 0019
Cisco Power Cord, 110V, Right Angle
P/N: CAB-AC-RA
QTY: 4 EA
ITEM 0020
Cisco ISPEC Paper PAK for ASR1002-X 4G crypto BW
P/N: FLSA1-2X-IPS4G=
QTY: 3 EA
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line
item.
ITEM 0021
Cisco SMARTNET 8X5XNBD IPSEC License for AS
P/N: CON-SNT-FLSA12X
QTY: 3 EA
ITEM 0022
Cisco Catalyst 6500 24 Port GIGE MOD: Fabric-Enabled
P/N: WS-X674-SFP=
QTY: 2 EA
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line
item.
ITEM 0023
Cisco 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm, DOM-2
P/N: GLC-LH-SMD=
QTY: 34 EA
ITEM 0024
Cisco 1000BASE-SX SFP Transceiver Module, MMF
P/N: GLC-SX-MMD=
QTY: 24 EA
ITEM 0025
Cisco 1000BASE-T (SPARE)
P/N: GLC-T=
QTY: 4 EA
ITEM 0026
Cisco Blank Cover for regular SPA
P/N: SPA-BLANK=
QTY: 1 EA
ITEM 0027
Cisco Power Cord 250VAC 16A Twist Lock NEMA L6-20 Plug US
P/N: CAB-AC-C6K-TWLK=
QTY: 2 EA
Note: Quote the UID Charge in accordance with DFARS 252.211-7003, Item Unique
Identification & Valuation as a separate CLIN.
Basis for award:
1. The Government anticipates awarding a firm-fixed price purchase order and
it will
be based on the lowest priced, technically acceptable quote.
2. Vendor must provide at time of submission of quote, their Cisco authorized
distributor information (POC, phone number, and email address) and/or any
documentation supporting that the items/service are actually coming from that
manufacturer, i.e. certification, letter or copy of invoice. Failure to
provide such proof
will be treated as non-responsive and your quote(s) will not be considered for
award. The vendor's authorized distributor status will be verified by the
Government prior to award.
"The statement below applies to CLINs 0001-0027
To be considered for award, the offeror certifies that the product(s) being
offered is
an original, new and Trade Agreements Act (TAA) compliant 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 manufacturer to sell the products that are the subject of
this
action in the US (i.e., that the products are TAA compliant and that the
offeror is
authorized to sell them in the US). Offerors are required to submit
documentation
with the offer identifying its supply chain for the product, and certifying
that all
products are new, TAA compliant, and in their original packaging. By making an
offer,
offeror also consents to no cost cancellation of the non-compliant awarded
items 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
manufacturer
or that offeror was not authorized by the manufacturer to sell the product in
the US,
or that the product is in some manner not TAA compliant. "
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. RFQ Number N66001-15-T-7844
e. State delivery lead time after receipt of order.
f. Preferred Delivery: F.O. B. Destination.
Ship to Address:
SPAWARSYSCEN PACIFIC
Receiving Department
4297 Pacific Hwy, Bldg. OT7
San Diego, CA 92110-5000
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-83 (07/02/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive OrdersCommercial Items (Deviation 2013-O0019) (July 2014)
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child LaborCooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans.
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C.
793).
52.222-37, Employment Reports on Veterans.
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.223-15, Energy Efficiency in Energy-Consuming Products
52.223-16, Acquisition of EPEAT Registered Personal Computer Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferSystem for Award Management
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7000, Disclosure of Information
252.204-7004 Alternate A, System for Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation
under any Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax
Liability or a Felony Conviction under any Federal Law.
252-211-7003, Item Unique Identification & Valuation.
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
This RFQ closes July 16, 2015 at 10:00AM, Pacific Standard Time (PST). Quotes
must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-15-T-7844.
The point of contact for this solicitation is Gina Goodman at
[email protected]. Please include RFQ N66001-15-T-7844 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code
numbers.
Bid Protests Not Available