AMENDMENT 00003, EFFECTIVE 01/3/2013.
1. The purpose of this amendment is to include the following verbage:
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 or through
Cisco
authorized channels only.
The vendor shall make the End User (Government) customer clearly known to
Cisco so that warranty and service contract information can transfer to the
appropriate party. Vendor shall warrant that all Cisco hardware and software is
licensed originally to buyer as the original licensee authorized to use Cisco
hardware.
The basis for the sole make and model is for integration with the existing
NUWCDIVNPT RDT&E unclassified and classified networks. The existing
infrastructure is made up of CISCO brand products and therefore any other
manufacturers hardware would require redesign of the existing environment
and retraining of personnel.
All timely offers will be considered. Offers must contain complete product
information and prices.
2. The solicitation closing date is extended to January 8, 2013 / 10:00 AM PST.
3. All other terms and conditions remain unchanged.
**************************************************************
AMENDMENT 00002, EFFECTIVE 12/27/2012.
1. purpose of this amendment is to include the delivery address:
Delivery Address: ATTN: RECEIVING OFFICER
SPAWAR SYSTEMS CENTER PACIFIC
4297 PACIFIC HIGHWAY, BLDG 0T7
SAN DIEGO, CA 92110-5000
2. The solicitation closing date remain unchanged.
3. All other terms and conditions remain unchanged.
*************************************************************
AMENDMENT 00001, EFFECTIVE 12/26/2012.
1. purpose of this amendment is to correct the quantity of Item 0008 to 1
each from 6 each.
2. The solicitation closing date remain unchanged.
3. All other terms and conditions remain unchanged.
*************************************************************
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-6372. This requirement is set-aside for
small business / CISCO authorized resellers only, NAICS code is 334210 and
business size standard is 1,000 employees.
ITEM 0001. Catalyst 6500 Enhanced 9-slot Chassis (Vertical) No PS Fan.
MFR: CISCO
PN: WS-C6509-V-E
QTY = 1 EA
UNIT COST =
TOTAL =
ITEM 0002. Warranty, SMARTNET 8X5XNBD WS-C6509-V-E.
MFR: CISCO
PN: CON-SNT-C6509VE
QTY = 1 Lot
UNIT COST =
TOTAL =
ITEM 0003. Cat 6500 Supervisor 720 with 2x 10GbE and 3x1GE MSFC3 PFC3C.
MFR: CISCO
PN: VS-S720-10G-3C
QTY = 1 EA
UNIT COST =
TOTAL =
ITEM 0004. Catalyst 6500 16-port 10 Gigabit Ethernet w/ DFC3C (req X2).
MFR: CISCO
PN: WS-X6716-10G-3C
QTY = 1 EA
UNIT COST =
TOTAL =
ITEM 0005. Catalyst 6500 16-port 10 Gigabit Ethernet w/ DFC3C (req X2).
MFR: CISCO
PN: WS-X6716-10G-3C
QTY = 1 EA
UNIT COST =
TOTAL =
ITEM 0006. Cat6500 48-port 10/100/1000 GE Mod: fabric enabled RJ-45.
MFR: CISCO
PN: WS-X6748-GE-TX
QTY = 1 EA
UNIT COST =
TOTAL =
ITEM 0007. Firewall blade for 6500 and 7600 VFW License Separate.
MFR: CISCO
PN: WS-SVC-FWM-1-K9
QTY = 1 EA
UNIT COST =
TOTAL =
ITEM 0008. Warranty. 8x5xNBD Svc Firewall blade for Catalyst 6500.
MFR: CISCO
PN: CON-SNT-WS-FWM1K9
QTY = 6 EA
UNIT COST =
TOTAL =
ITEM 0009. Catalyst 6509-V-E Chassis Fan Tray.
MFR: CISCO
PN: WS-C6509-V-E-FAN
QTY = 1 EA
UNIT COST =
TOTAL =
ITEM 0010. Cat6500 6000W AC Power Supply.
MFR: CISCO
PN: WS-CAC-6000W
QTY = 1 EA
UNIT COST =
TOTAL =
GRAND TOTAL =
Basis for award: The government anticipates awarding a firm-fixed price
purchase order.
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-62 (11/20/12) and Defense Federal
Acquisition Regulation Supplement (DFARS), DPN 20121116, Effective 16 Nov
2012. 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).
DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code
Reporting , 52.204-6, Data Universal Numbering System (DUNS).
This RFQ closes on JAN 03, 2013 at 10:00 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-6372.
The point of contact for this solicitation is Danilo Ibarra at
[email protected]. Please include RFQ N66001-13-T-6372 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