This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. NAICS is 541519 and the size standard is $25,000,000.00. This acquisition is a 100% small business set aside.
The NOAA National Weather Service Telecommunication Operation Center (NOAA NWS TOC) operates and maintains two National Weather Service Data Centers: The National Weather Service Telecommunication Gateway (NWSTG) and The National Weather Service Backup Telecommunication Gateway (NWSBTG). These data centers and other remote sites have a complex network of Cisco Systems, Inc., equipment that processes and distributes vital weather data products for the safety and protection of public life and property. Maintenance support of these vital systems must be at the highest level of support provided by the Original Equipment Manufacturer (OEM). This acquisition is for CISCO SYSTEMS, Inc., SMARTnet Services for technical support and hardware coverage.
The NOAA NWS TOC past performance has always required and acquired CISCO SYSTEMS, Inc. SMARTnet Services for these vital systems. Cisco's SMARTnet Services provides the following technical support for NOAA NWS TOC critical infrastructure protection:
• Direct 24 hour, 365 days a year technical support service from the Cisco Technical Assistance Center (TAC).
• Extensive Cisco online knowledge base resources and tools.
• OEM Operating system (OS) software updates, including both minor and major releases within the equipment licensed feature set.
• Advanced hardware replacement in 2-hour, 4-hour and next-business-day options.
The NOAA NWS TOC Cisco equipment bill of materials (BOM) lists all needed Cisco device serial numbers and Cisco SMARTnet Service support levels agreements (SLA): SNT 8x5xNBD and SNTP 24x7x4.
This is a Brand Name Only acquisition.
Interested parties who believe they can meet all the requirements for the Cisco Brand name only products described below are invited to submit in writing a complete quote to include the following:
TOC CISCO SMARTnet Subscription Bill Of Materials
Serial Number Description
FTX1005C2CA CON-SNT-3845
FTX0911A0HC CON-SNT-3845
FTX0911A0HE CON-SNT-3845
FOC1050ZFC4 CON-SNT-WS-C296048TTL
FOC1050ZF9Q CON-SNT-WS-C296048TTL
SAL084763YV CON-SNT-WS-C6513
SAL0847645J CON-SNT-WS-C6513
SAL0847645Y CON-SNT-WS-C6513
SAL0847646J CON-SNT-WS-C6513
SAL0847646M CON-SNT-WS-C6513
SAL0847646R CON-SNT-WS-C6513
SAD090900ZV CON-SNT-WS-FWM1K9
SAD090900V7 CON-SNT-WS-FWM1K9
SAD10510BLE CON-SNT-WS-FWM1K9
SAD10430ALN CON-SNT-WS-FWM1K9
FTX0911A0HF CON-SNT-3845
FTX0911C0QD CON-SNT-3825
CAT0914K1PY CON-SNT-3750G24T
CAT0914K1Q4 CON-SNT-3750G24T
SMG1004N1QP CON-SNT-C6509EGE
TSC073101S2 CON-SNT-WS-C6513
TSC073101ST CON-SNT-WS-C6513
SAD100103EU CON-SNT-WS-FWM1K9
FTX1044Z004 CON-SNT-CISCO1841
FTX1044Z005 CON-SNT-CISCO1841
72673876 CON-SNT-7206
72673878 CON-SNT-7206
CAT1024N057 CON-SNT-C3750G24
CAT0814Z1N4 CON-SNT-C3750G24
CAT0828N1TC CON-SNT-C3750G24
FOX090100LX CON-SNTP-7606SUPB
FOX090100LY CON-SNTP-7606SUPB
FOX094501E7 CON-SNTP-7606SUPB
FOX1024021M CON-SNTP-CISCO7609
SAD094609MZ CON-SNTP-WS-FWM1K9
SAD1004064X CON-SNTP-WS-FWM1K9
JMX0647L2Y2 CON-SNTP-3725
JMX0837L0BG CON-SNTP-3725
JMX0834L4HL CON-SNTP-3725VPNK9
JMX0834L4HJ CON-SNTP-3725VPNK9
JMX0836L4MX CON-SNTP-3725VPNK9
JAB094804CC CON-SNTP-7600SIP4
88-808403670 CON-SNT-PIX535FO
88-808403665 CON-SNT-PIX535UR
Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis, including Cage Code, DUNS number; Prompt Payment Terms, date offer expires, and warranty information. No partial quotes for the items listed above will be accepted.
Government Delivery Requirement: The Government requires all equipment to be delivered and installed no later than 01 Dec 2011. If the above day cannot be met, contractors must provide an accurate and realistic delivery schedule.
The following provisions and clauses apply:
52.252-1, Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil
52.212-1, Instructions to Offerors-Commercial Items (JUN 2008)
52.212-2 Evaluation-Commercial Items (JAN 1999) The following factors shall be used to evaluate offers:
Lowest price technically acceptable
52.212-4, Contract Terms and Conditions--Commercial Items (JUN 2010)
52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (AUG 2011)
52.219-6, Notice of Total Small Business Set-Aside
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
52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans
Offers are due at the NWS Acquisition Division/OF A63, 1325 East-West Highway, SSMC2, RM 11136, Silver Spring, MD 20910. Only electronic quotations will be accepted that are sent via email to [email protected] on or before November 30, 2011, 1:00 PM EST.
Place of Performance:
Silver Spring, Maryland 20910
United States
Primary Point of Contact:
Hilmar K. Sourwine
Contract Specialist (CTR)
National Oceanic and Atmospheric Administration
Strategic Sourcing Acquisition Division
Acquisition and Grants Office
1325 East West Highway
SSMC 2, Room 11136
Silver Spring, MD 20910
[email protected]
(301)713-0820 ext 154
(301)713-1024 (Fax)