AMEND 0001- ISSUED TO UPDATE THE LINE ITEM DETAILS TO INCLUDE MISSSING QUANTITIES AND PART NUMBERS. PLEASE NOTE THAT THE PN FOR ALL CLINS HAVE
BEEN VERIFIED AND ARE CORRECT. PLEASE CONTACT CISCO DIRECTLY OR ANY PN
ISSUES. THE SOLICITATION HAS ALSO BEEN EXTENDED TO 3/16/2018.
***********************************************************************
This is a combined synopsis/solicitation for commercial items prepared in
accordance
with the format in
Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional
information included
in this notice. This announcement constitutes the only solicitation; quotes are
being
requested and a
separate written solicitation will not be issued.
Competitive quotes are being requested under Request For Quote (RFQ) #
N66001-18-Q-
7812. The
NAICS code applicable to this acquisition is 334118 and the small business size
standard
is 1,000
employees. This procurement is a Total Small Business Set-Aside for authorized
federal
small business
resellers. Only quotes submitted by Small Business Concerns will be accepted by
the
Government. Any
quote that is submitted by a non-Small Business Concern will not be considered
for
award.
To be considered acceptable and eligible for award, quotes must provide all of
the Brand
Name items and
quantities listed below. The Government will not consider quotes or offers for
partial
items or quantities.
Anticipated contract line items are as follows for BRAND NAME CISCO PRODUCTS
(See
Attachment for
Product List):
CLIN DESCRIPTION P/N QTY
0001 MFR PART# WS-C3850-48XS-E DESCRIPTION:CISCO CATALYST 3850 48
PORT 10G FIBER SWITCH
IP SERVICES QTY:10 THE FOLLOWING TO BE INCLUDED AT NO COST. DESCRIPTION:
CAB-US515-C15-
US NEMA 5-15 TO IEC-C15 8FT US QTY:20 DESCRIPTION: S3850UK9-163 UNIVERSAL
QTY:10
DESCRIPTION: PWR-C3-750WAC-R 750W AC CONFIG 3 POWER SUPPLY FRONT TO BACK
COOLING,
QTY:10 DESCRIPTION: FAN-T3-R CATALYST 3850 TYPE 3 FRONT TO BACK COOLING FAN
QTY: 10 CISCO
CATALYST 3850-48XS-E 10
0002 SUBCOMPONENT TO CLIN 0001 MFR PART: PWR-C3-750WAC-R/2 750W AC
CONFIG 3 REDUNDANT
POWER SUPPLY FRONT TO BACK COOL, 750W AC CONFIG 3 REDUNDANT
POWER SUPPLY 10
0003 CISCO CATALYST 3850 48 PORT POE IP BASE 14 TO BE INCLUDED AT NO
COST: DESCRIPTION:
UNIVERSAL, PART: S3850UK9-163, QTY: 14 DESCRIPTION: NORTH AMERICA AC TYPE A
POWER CABLE,
PART: CAB-TA-NA, QTY: 14 DESCRIPTION: 715W AC CONFIG 1 POWER SUPPLY, PART:
PWR-C1-715WAC
QTY:14 DESCRIPTION: CONFIG 1 POWER SUPPLY BLANK, PART: PWR-C1-BLANK QTY: 14
DESCRIPTION:
CISCO CATALYST 3850 NETWORK MODULE BLANK, PART: C3850-NM-BLANK
CISCO CATALYST 3850 48
PORT POE IP BASE 14
0004 SUBCOMPONENT TO CLIN 0003 MFR: CISCO: DESCRIPTION: STACK-T1-
50CM 50CM TYPE 1
STACKING CABLE, 50CM TYPE 1 STACKING CABLE 14
0005 SUBCOMPONENT TO CLIN 0003 DESCRIPTION: CATALYST STACK POWER
CABLE 30 CM, P/N:CAB-
SPWR-30CM CATALYST STACK POWER CABLE 30 CM 14
0006 : CISCO CATALYST 3850 48 PORT POE IP BASE, P/N: WS-C3850-48P-S,
QTY: 4 TO BE INCLUDED AT
NO COST: DESCRIPTION: UNIVERSAL 4, P/N:S3850UK9-163, QTY: 4 DESCRIPTION:
NORTH AMERICA AC
TYPE A POWER CABLE, P/N: CAB-TA-NA, QTY: 4 DESCRIPTION: 715W AC CONFIG 1
POWER SUPPLY, P/N:
PWR-C1-715WAC, QTY: 4 DESCRIPTION: CONFIG 1 POWER SUPPLY BLANK, P/N: PWR-
C1-BLANK, QTY: 4
CISCO CATALYST 3850 48 PORT POE IP BASE 4
0007 SUBCOMPONENT TO CLIN 0006 DESCRIPTION: CISCO CATALYST 3850 2 X
10GE NETWORK
MODULE, P/N: C3850-NM-2-10G, QTY: 4 CISCO CATALYST 3850 2 X 10GE
NETWORK MOD 4
0008 SUBCOMPONENT TO CLIN 0006 DESCRIPTION: 50CM TYPE 1 STACKING
CABLE, P/N: STACK-T1-
50CM, 50CM TYPE 1 STACKING CABLE 4
0009 SUBCOMPONENT TO CLIN 0006 DESCRIPTION: CATALYST STACK POWER
CABLE 30 CM, P/N: CAB-
SPWR-30CM CATALYST STACK POWER CABLE 30 CM 4
0010 CISCO CATALYST 3850 24 PORT GE SFP IP BASE, QTY: 4 TO BE INCLUDED
AT NO COST:
DESCRIPTION: UNIVERSAL, P/N: S3850UK9-163, QTY 4 DESCRIPTION: NORTH AMERICA
AC TYPE A
POWER CABLE, P/N: CAB-TA-NA, QTY: 4 DESCRIPTION: CONFIG 1 POWER SUPPLY
BLANK, P/N: PWR-C1-
BLANK, QTY: 4 DESCRIPTION: 350W AC CONFIG 1 POWER SUPPLY, P/N:PWR-C1-
350WAC, QTY:4 CISCO
CATALYST 3850 24 PORT GE SFP IP BA 4
0011 SUBCOMPONENT TO CLIN 0010 DESCRIPTION: CISCO CATALYST 3850 2 X
10GE NETWORK
MODULE, P/N: C3850-NM-2-10G, QTY: 4 CISCO CATALYST 3850 2 X 10GE
NETWORK MOD 4
0012 SUBCOMPONENT TO CLIN 10 DESCRIPTION: 50CM TYPE 1 STACKING
CABLE, P/N: STACK-T1-50CM,
QTY: 4 50CM TYPE 1 STACKING CABLE 4
0013 SUBCOMPONENT TO CLIN 0010 DESCRIPTION: CATALYST STACK POWER
CABLE 30 CM, P/N:CAB-
SPWR-30CM CATALYST STACK POWER CABLE 30 CM 4
0014 CISCO CATALYST 3850 24 PORT 10G FIBER SWITCH IP BASE, P/N: WS-
C3850-24XS-S, QTY:2 TO
BE INCLUDED AT NO COST: DESCRIPTION: UNIVERSAL, P/N:S3850UK9-163, QTY: 2
DESCRIPTION:
NORTH AMERICA AC TYPE A POWER CABLE, P/N: CAB-TA-NA, QTY: 2 DESCRIPTION:
715W AC CONFIG 1
POWER SUPPLY, P/N:PWR-C1-715WAC, QTY: 2 DESCRIPTION: CONFIG 1 POWER SUPPLY
BLANK,
P/N:PWR-C1-BLANK, QTY: 2 CISCO CATALYST 3850 24 PORT 10G FIBER SW 2
0015 SUBCOMPONENT TO CLIN 0014 DESCRIPTION: CISCO CATALYST 3850 4 X
10GE NETWORK
MODULE, P/N: C3850-NM-4-10G, QTY: 2 CISCO CATALYST 3850 4 X 10GE
NETWORK MOD 2
0016 SUBCOMPONENT TO CLIN 0014 DESCRIPTION: 50CM TYPE 1 STACKING
CABLE, P/N:STACK-T1-
50CM, QTY: 2 50CM TYPE 1 STACKING CABLE 2
0017 SUBCOMPONENT TO CLIN 0014 DESCRIPTION: CATALYST STACK POWER
CABLE 30 CM, P/N: CAB-
SPWR-30CM, QTY: 2 CATALYST STACK POWER CABLE 30 CM 2
0018 ASA 5525-X WITH FIREPOWER SERVICES, 8GE, AC, 3DES/AES, SSD,
P/N:ASA5525-FPWR-K9, QTY:
3 THE FOLLOWING ARE INCLUDED AT NO COST: DESCRIPTION: AC POWER CORD
(NORTH AMERICA),
C13, NEMA 5-15P, 2.1M, P/N: CAB-AC, QTY: 3 DESCRIPTION: ASA 9.2.2 SOFTWARE
IMAGE FOR ASA
5500-X SERIES,5585-X ,ASA-SM, P/N: SF-ASA-X-9.2.2-K8, QTY:3 DESCRIPTION:
DESCRIPTION: CISCO
FIREPOWER SOFTWARE V5.4 FOR ASA 5500-X, P/N: SF-ASA-FP5.4-K9, QTY: 3
DESCRIPTION: CISCO
ASA5525 CONTROL LICENSE, P/N: ASA5525-CTRL-LIC, QTY: 3 DESCRIPTION: ASA 5512-
X THROUGH
5555-X 120GB MLC SED SSD (INCL.), P/N: ASA5500X-SSD120INC, QTY: 3
DESCRIPTION: ASA 5525 IPS
PART NUMBER WITH WHICH PCB SERIAL IS ASSOCIATED, P/N: ASA5525-MB, QTY:3
DESCRIPTION: ASA
5500 STRONG ENCRYPTION LICENSE (3DES/AES), P/N: ASA5500-ENCR-K9QTY: 3
ASA 5525-X WITH
FIREPOWER SERVICES, 8GE, 3
0019 SUBCOMPONENT TO CLIN 0018 DESCRIPTION: ASA 5525-X INTERFACE
CARD 6-PORT GE SFP
(SX,LH,LX), P/N: ASA-IC-6GE-SFP-B, QTY: 3 ASA 5525-X INTERFACE CARD 6-PORT
GE SFP 3
0020 CISCO 5508 SERIES WIRELESS CONTROLLER FOR UP TO 100 APS, P/N: AIR-
CT5508-100-K9, QTY:
1 THE FOLLOWING ARE INCLUDED AT NO COST: DESCRIPTION: BASE SOFTWARE
LICENSE, P/N: LIC-
CT5508-BASE, QTY: 1 DESCRIPTION: 100 AP BASE LICENSE, P/N: LIC-CT5508-100,
QTY: 1
DESCRIPTION: CISCO UNIFIED WIRELESS CONTROLLER SW RELEASE 8.0, P/N:
SWC5500K9-80, QTY: 1
DESCRIPTION: AIR LINE CORD NORTH AMERICA, P/N: AIR-PWR-CORD-NA, QTY: 1
DESCRIPTION:
PRIMARY SKU FOR ALL UPGRADE OPTIONS ON THE CISCO 5508 WC, P/N: LIC-CT5508-
UPG, QTY: 1
CISCO 5508 SERIES WIRELESS CONTROLLER 1
0021 SUBCOMPONENT TO CLIN 0020 DESCRIPTION: 50 AP ADDER LICENSE FOR
THE 5508
CONTROLLER, P/N: LIC-CT5508-50A, QTY: 1 50 AP ADDER LICENSE FOR THE 5508
CONTROL 1
0022 CISCO SX80 CODEC, PRECISION 60 CAM, TOUCH 10 THE FOLLOWING ARE
INCLUDED AT NO COST:
DESCRIPTION: PWR CORD US 1.8M BLACK YP-12 TO YC-12, P/N: PWR-CORD-US-A,
QTY: 6
DESCRIPTION: LICENSE KEY TO ACTIVATE SW ENCRYPTION MODULE, P/N: LIC-CE-
CRYPTO-K9, QTY: 2
DESCRIPTION: PRESENTATION CABLE W/AUDIO, VGA/JACK TO DVI/PHOENIX, P/N: CAB-
DVI-VGA-
PHOEN, QTY: 2 DESCRIPTION: SX80 RACK EARS - FOR AUTO EXPAND ONLY, P/N: CTS-
SX80-
RACKEARSCISCO, QTY: 2 DESCRIPTION: 12.5 METER FLAT GREY ETHERNET CABLE FOR
TOUCH 10, P/N:
CAB-DV10-12.5M, QTY:2 DESCRIPTION: POWER SUPPLY 12 VDC 40W, P/N: PSU-12VDC-
40W2, QTY: 2
DESCRIPTION: 4 METER FLAT GREY ETHERNET CABLE FOR TOUCH 10, P/N: CAB-DV10-
4M, QTY: 2
DESCRIPTION: CISCO TELEPRESENCE PRECISION 60 CAMERA - AUTO EXPAND ONLY,
P/N: CTS-CAM-
P60+, QTY: 2 DESCRIPTION: POWER INJECTOR (802.3AF), P/N: CTS-PWR-AIR-INJ5+,
QTY: 2
DESCRIPTION: TOUCH 10 AUTO EXPAND, P/N: CTS-CTRL-DVX-10+, QTY: 2
DESCRIPTION: CISCO SX80
CODEC, P/N: CTS-SX80CODEC, QTY: 2 DESCRIPTION: SW IMAGE FOR SX80, MX700,
MX800, P/N: SW-
S52020-CE8-K9, QTY: 2 CISCO SX80 CODEC, PRECISION 60 CAM, TOUCH 2
0023 100BASE-FX SFP FOR GE SFP PORT ON 3750,3560.2970,2960, P/N: GLC-GE-
100FX=, 100BASE-
FX SFP FOR GE SFP P 48
0024 DESCRIPTION: 1000BASE-SX SFP TRANSCEIVER MODULE, MMF, 850NM,
DOM, P/N: GLC-SX-MMD=,
1000BASE-LX/LH SFP TRANSCEIVER 15
0025 1000BASE-SX SFP TRANSCEIVER MODULE, MMF, 850NM, DOM, P/N: GLC-
SX-MMD= 1000BASE-
SX SFP TRANSCEIVER 48
0026 1000BASE-T SFP TRANSCEIVER MODULE FOR CATEGORY 5 COPPER WIRE,
P/N: GLC-TE=,
1000BASE-T SFP TRANSCEIVER 51
0027 QSFP 40GBASE-LR4 OTN TRANSCEIVER, LC, 10KM, P/N: QSFP-40G-LR4=
QSFP 40GBASE-LR4
OTN TRANSCEIVER 9
0028 10GBASE-LR SFP MODULE 55, P/N: SFP-10G-LR= 10GBASE-LR SFP MODULE
55
0029 10GBASE-CU SFP+ CABLE 1 METER, P/N: SFP-H10GB-CU1M=,
10GBASE-CU SFP+ CABLE 1 MET
15
0030 DESCRIPTION: 10GBASE-CU SFP+ CABLE 3 METER, P/N: SFP-H10GB-CU3M=
10GBASE-CU
SFP+ CABLE 3 MET 36
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance
The expected Delivery Date for this effort is: 30 April 2018
Offeror Instructions:
The Government will award a Firm Fixed Price contract resulting from this
solicitation to
the responsible
offer whose quotation conforming to the solicitation represents the Lowest
Price
Technically Acceptable
(LPTA)
Notice: The Government may consider quotes that fail to follow all instructions
to be
unacceptable and
ineligible for contract award.
Quotes shall:
1. Include pricing for each individual unit and a total price in US Dollars ($);
2. Be written in English and show the offeror name, address, DUNS and CAGE
code, business size and
type of small business, and telephone and e-mail address of an Offeror point of
contact;
3. Stay within the page limitations indicated below;
4. Be submitted in electronic PDF or Excel format; and
Certification: "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)." Certification is not limited in pages.
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.
All text shall be formatted on an 8 by 11 inch page in 12 point Times New
Roman font.
All pages of the
Technical File shall be numbered and shall not exceed ten pages.
Basis For Award:
This procurement will use the lowest price technically acceptable source
selection
methodology. The
Government intends to award a contract to the lowest price technically
acceptable quote
received in
response to this solicitation. Any quote evaluated as unacceptable will not
receive an
award.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition
Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement
(DFARS)
Publication
Notice 20161222. 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
or
https://acquistion.gov/far/.
The following provisions apply to this acquisition:
FAR 52.204-7, System for Award Management (Oct 2016);
FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial
Items
(Jan 2017);
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions
Relating to IranRepresentation and Certifications (Oct 2015);
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov
2011); and
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).
The following clauses, incorporated by reference, apply to this acquisition:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017).
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
(Sep
2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep
2013);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
(Oct 2016);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun
2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.244-7000, Subcontracts for Commercial Items (Jun 2013); and,
252.247-7023, Transportation of Supplies by Sea (Apr 2014).
This RFQ closes on 03/15/2018 at 11:00 AM, Pacific Time. Questions and quotes
must be
uploaded on the
SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC
Pacific/Simplified
Acquisitions/N66001-18-Q-7812. E-mail quotes or offers will not be accepted.
Late
quotes will not be
accepted. For e-Commerce technical issues, contact the SPAWAR Paperless
Initiatives
Help Desk at 858-
537-0644 or
[email protected].
The point of contact for this solicitation is David St. Cyr at
[email protected]. Please
include RFQ#
N66001-18-Q-7812 on all inquiries. The due date for questions is 03/07/2018.
Questions
may be
addressed afterward at the discretion of the Government.
All responding vendors must have a completed registration in the System for
Award
Management (SAM)
website prior to award of contract. Information can be found at
https://www.sam.gov/.
Complete SAM
registration means offerors shall have a registered DUNS and CAGE Code.
Bid Protests Not Available