Federal Bid

Last Updated on 06 Jul 2020 at 1 PM
Combined Synopsis/Solicitation
Curtis bay Maryland

PROCESSOR, GATEWAY/COMMUNICATIONS SECURITY MODULE

Solicitation ID 70Z08520Q39045B00
Posted Date 06 Jul 2020 at 1 PM
Archive Date 31 Jul 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Curtis bay Maryland United states 21226

Description

THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW.

QUOTES MAY SUBMITTED BY EMAIL TO [email protected] OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS JULY 16, 2020 at 12:00 pm EST.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 334111. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5.

This acquisition is _x_ unrestricted __set aside: _100% for: __ small business

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer.

Substitute part numbers are NOT acceptable.

It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Governments belief that only CISCO SYSTEMS INC. and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts. The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable.

AWARD WILL BE BASED ON AN ALL OR NONE QUOTE.

ITEM #1:


NSN: 5810-01-624-8258
DESCRIPTION: COMMUNICATIONS SECURITY MODULE
PART NUMBER: ASA5525-K9

DESCRIPTIVE DATA:

NIIN: 01-624-8258

PN: ASA5525-K9

ITEM: ASA 5525-X FIREWALL EDITION SECURITY APPLIANCE

CAGE: 0GX96

OEM: CISCO

ESTIMATED LEAD TIME: ESTIMATED 1 MONTH

90 DAY MFR WARRANTY

DIMENSIONS & WEIGHT:

16.9 IN W

15.6 IN D

1.7 IN H

14.93 LBS

PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:

PACKAGING SPECS:

1.) MIL-STD-20731E - REFER TO METHOD 10. PACKAGING SHOULD BE APPROPRIATE TO PART

SIZE, WEIGHT, AND MUST WITHSTAND MULTIPLE WORLDWIDE SHIPMENTS IN VARIOUS SHIPPING

CONDITIONS / CLIMATES. PART MUST BE APPROPRIATELY SECURED, AND CUSHIONED BY FOAM OR

BUBBLE WRAP TO PREVENT EXCESSIVE MOVEMENT AND DAMAGE DURING SHIPPING.

1. A) ELECTROSTATIC DISCHARGE (ESD) ITEMS TO COMPLY WITH METHOD 41, PARAGRAPH 3.7;

5.2.4.1 & TABLE J-IA IAW MIL-PRF-81705E (**ONLY IF APPLICABLE TO PART**)

2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH.4, REQUIRED ID MARKING EX:

PARAGRAPH 4.1 FIGURE 1 - MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIALS AS

REFERENCED IN DOCUMENT. LABELS: IAW MIL-STD-129P W/ CHANGE 4, PARAGRAPH 4.1

IDENTIFICATION MARKINGS; BARCODING IS NOT REQUIRED. (PDF-PG.39).

2. A) VISIBLY MARK / LABEL ALL ELECTRONIC EQUIPMENT WITH "STORE INDOORS ONLY"

WARNING. ITEMS THAT ARE NOT INDIVIDUALLY PACKAGED, AND / OR LABELED WITH THE

REQUIRED FORMAT WILL BE RETUREND TO THE VENDOR FOR REPACKAGING.

MIL-SPEC DOCS & MENTIONED PARAGRAPHS ABOVE ARE TO BE USED AS REFERENCE POINTS TO

HELP IDENTIFY APPROPRIATE PACK TYPE, AND LABELING FORMATS FOR PART BEING SHIPPED.

END USE: WMSL CMD-CTRL SEA COMMANDER

INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO

QTY: _6_ PRICE: $____________UNIT OF ISSUE: _EA_ TOTAL: $____________

ITEM #2:


NSN: 7025-01-646-8009
DESCRIPTION: PROCESSOR, GATEWAY
PART NUMBER: WS-C4500X-24X-ES

DESCRIPTIVE DATA:

NIIN: 01-646-8009

PN: WS-C4500X-24X-ES

ITEM: PROCESSOR,GATEWAY

CAGE: 0GX96

OEM: CISCO

ESTIMATED LEAD TIME: 2 MONTH

SPECS:

MTBF: 209, 330 HOURS

PORT QTY: 24

LIMITED LIFETIME WARRANTY

RACK-MOUNTABLE

PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:

PACKAGING SPECS:

1.) MIL-STD-20731E - REFER TO METHOD 10. PACKAGING SHOULD BE APPROPRIATE TO PART

SIZE, WEIGHT, AND MUST WITHSTAND MULTIPLE WORLDWIDE SHIPMENTS IN VARIOUS SHIPPING

CONDITIONS / CLIMATES. PART MUST BE APPROPRIATELY SECURED, AND CUSHIONED BY FOAM OR

BUBBLE WRAP TO PREVENT EXCESSIVE MOVEMENT AND DAMAGE DURING SHIPPING.

1. A) ELECTROSTATIC DISCHARGE (ESD) ITEMS TO COMPLY WITH METHOD 41, PARAGRAPH 3.7;

5.2.4.1 & TABLE J-IA IAW MIL-PRF-81705E (**ONLY IF APPLICABLE TO PART**)

2.) INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-129P CH.4, REQUIRED ID MARKING EX:

PARAGRAPH 4.1 FIGURE 1 - MARKINGS SHALL COMPLY WITH PACK TYPE / MATERIALS AS

REFERENCED IN DOCUMENT. LABELS: IAW MIL-STD-129P W/ CHANGE 4, PARAGRAPH 4.1

IDENTIFICATION MARKINGS; BARCODING IS NOT REQUIRED. (PDF-PG.39).

2. A) VISIBLY MARK / LABEL ALL ELECTRONIC EQUIPMENT WITH "STORE INDOORS ONLY"

WARNING. ITEMS THAT ARE NOT INDIVIDUALLY PACKAGED, AND / OR LABELED WITH THE

REQUIRED FORMAT WILL BE RETUREND TO THE VENDOR FOR REPACKAGING.

MIL-SPEC DOCS & MENTIONED PARAGRAPHS ABOVE ARE TO BE USED AS REFERENCE POINTS TO

HELP IDENTIFY APPROPRIATE PACK TYPE, AND LABELING FORMATS FOR PART BEING SHIPPED.

END USE: WMSL CMD-CTRL SEA COMMANDER

INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO

QTY: _2_ PRICE: $____________UNIT OF ISSUE: _EA_ TOTAL: $____________

COAST GUARD’S REQUESTED DELIVERY DATE: ON or before 08/02/2020

VENDORS EARLIEST/BEST DELIVERY: __________ARO (Day / Week / Month)

The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.

CREDIT CARD: _____YES_____NO PURCHASE ORDER: _____YES_____NO

PAYMENT TERMS: ______________ SMALL BUSINESS: ___YES ___NO

VENDOR NAME: ______________________________________________

VENDOR ADDRESS: ______________________________________________

_______________________________________________

VENDOR POC: ____________________________________________________

PH: _________________________________ FAX: ________________________

EMAIL: ___________________________________________________________

*TIN NO: ____________________________________ (Required – Must be Included)

*DUNS NO: __________________________________ (Required – Must be Included)

ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD)

(www.sam.gov): _______YES ________NO

Part covered under GSA Contract _____YES______NO (if yes, mark below)

CONTRACT NUMBER: ______________________

Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following:

* Estimated shipping: $___________ (MUST BE INCLUDED, if not FOB Destination)

*If FOB Origin pricing (City, State): ______________________________________

*SHIP TO:

United States Coast Guard SFLC
Receiving Room – BLDG 88
2401 Hawkins Point RD
Baltimore, MD 21226

NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM

It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation.  THIS AWARD WILL BE BASED ON PRICE.

OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:

Disclosure: The Offeror under this solicitation represents that [Check one]:

__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.
(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.

The following FAR Clauses apply to this solicitation. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (MAY 2019)

(4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
(8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
(14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
(18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
(22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).
(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).
(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
(47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014)
(ii) Alternate I (May 2014) of 52.225-3.
(49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(55) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Oct 2018) (31 U.S.C. 3332).

Title 48: Federal Acquisition Regulations
3052.209-70 Prohibition on contracts with corporate expatriates

The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.

Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.

Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 13 May 2021 at 3 PM
Baltimore Maryland 13 May 2021 at 3 PM
Baltimore Maryland 19 Mar 2021 at 2 PM
Curtis bay Maryland 05 May 2022 at 7 PM
Curtis bay Maryland 23 Jul 2021 at 2 PM

Similar Opportunities

Hill air force base Utah 05 Aug 2025 at 2 PM
North charleston South carolina 25 Jul 2025 at 6 PM
North charleston South carolina 25 Jul 2025 at 6 PM
Independence Ohio 27 Feb 2026 at 5 AM (estimated)
Independence Ohio 27 Feb 2026 at 5 AM (estimated)