Federal Bid

Last Updated on 18 Feb 2014 at 9 AM
Combined Synopsis/Solicitation
Washington District of columbia

70--Cisco Items

Solicitation ID 1025330002
Posted Date 03 Sep 2013 at 5 PM
Archive Date 18 Feb 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Acquisition Management
Agency Department Of State
Location Washington District of columbia United states 20522
CANCELLATION NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 1025330002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-08-22 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be WASHINGTON DC, DC 20522

The Department of State requires the following items, Brand Name or Equal, to the following:
LI 001: CTI-8510-MED2-K9= MCU MSE 8510 - (Media2) MCU blade up to 80 MCU (Media) Ports, 1, EA;
LI 002: CON-ECDN-8510MED2 ESS WITH 8X5XNBD MSE-8510 Media2 bld up to 80 MCU Media Prts 12 months, 1, EA;
LI 003: LIC-8510-BPC Backplane Cluster Key For MSE 8510, 1, EA;
LI 004: LIC-8510-VFO MSE-8510 Video Firewall Option, 1, EA;
LI 005: LIC-8510-WCO WCO-8510 Web Conferencing Option For The MSE8510, 1, EA;
LI 006: LIC-8510-MED2-K9 License Key For MSE 8510/8710 Software Image, 1, EA;
LI 007: SW-8510-MED2-K9 Software Image For MSE 8510 Media Blade, Latest Version, 1, EA;
LI 008: LIC-AESCDN7-K9 AES and HTTPS Enable Upgrade, 1, EA;
LI 009: CTI-8000-VALRCTF 1 KW AC/DC Pwr Shelf Rectifier Module, 1, EA;
LI 010: L-8000-CHLIC-PAK MSE 8000 Chassis Licenses PAK PIDs, 1, EA;
LI 011: CON-ECDN-L8CLIPAK ESS WITH 8X5XNBD MSE 8000 Chassis Licenses PAK PIDs, 1, EA;
LI 012: L-8420-2PL Ordr L-8000-CHLIC-PAK forE-dlvry L-8420-PL 2SD or 1 720pMCU 12 months, 10, EA;
LI 013: CON-ECDN-L84202PL ESS WITH 8X5XNBD 1 Med 2Prt Lic-1 720pHD Video1 VoicePrt 12 months, 10, EA;
LI 014: CTI-VCS-CONTRL-K9 VCS Control, 1, EA;
LI 015: CON-ECDN-SCNTRLK9 ESS WITH 8X5XNBD VCS Cntrl 12 months, 1, EA;
LI 016: SW-VCS-7.X-K9 Software Image for VCS with Encryption Version 7.X, 1, EA;
LI 017: PWR-CORD-US-A Pwr Cord US 1.8m Black YP-12 To YC-12, 1, EA;
LI 018: LIC-VCS-10 Video Comm Server 10 Add Non-traversal Network Calls, 1, EA;
LI 019: CON-ECDN-LICVCS10 ESS WITH 8X5XNBD VCS 10 Add Non-traversal Ntwk Calls 12 months, 1, EA;
LI 020: LIC-VCS-FINDME Video Communication Server - FindMe application, 1, EA;
LI 021: CON-ECDN-VCFINDME ESS WITH 8X5XNBD Video Communication Server - FindMe App 12 months, 1, EA;
LI 022: LIC-VCS-GW Enable GW Feature (H323-SIP), 1, EA;
LI 023: LIC-VCSE-100 Video Communication Server - 100 Traversal Calls, 1, EA;
LI 024: LIC-VCS-BASE-K9 License Key - VCS Encrypted Software Image, 1, EA;
LI 025: TCS-C220-PRO10P-K9 TelePresence Content Server 10 Port Premium Resolution, 1, EA;
LI 026: CON-ECDN-CPRO10P ESS WITH 8X5XNBD TelePres Cont Srvr 10 Port Prem Resolution 12 months, 1, EA;
LI 027: MXE-UCS-HDD-BLKP MXE UCS Server HDD blank cover, 6, EA;
LI 028: MXE-UCS-PSU-BLKP MXE UCS Server power supply filler (blanking), 1, EA;
LI 029: LIC-TCS-2L 2 Live Output Calls License, 1, EA;
LI 030: LIC-TCS-5R 5 Recording Call License, 1, EA;
LI 031: LIC-TCS-6.0-K9 CTCS Version 6.0 software - license, 1, EA;
LI 032: LIC-TCS-ADD5RP+ TCS Add 5 recording ports for TCS 10 port Bundle only, 1, EA;
LI 033: CAB-9K12A-NA Power Cord 125VAC 13A NEMA 5-15 Plug North America, 1, EA;
LI 034: MXE-UCS-1GE-N2XX MXE UCS Server 1Gb Ethernet Quad Port NIC, 1, EA;
LI 035: MXE-UCS-E5-2640 MXE UCS Server CPU E5-2640, 2, EA;
LI 036: LIC-TCS-PRO+ Premium Resolution Option for TCS, 1, EA;
LI 037: SW-TCS-6.0-K9 TelePresence Content Server Version 6.0 software, 1, EA;
LI 038: MXE-UCS-HDD-600G MXE UCS Server Hard Disk 600 GB 10K RPM, 2, EA;
LI 039: MXE-UCS-MR-8GB-R MXE UCS Server DRAM ? 8GB DDR3, 4, EA;
LI 040: MXE-UCS-PSU-650W MXE UCS Server 650W power supply, 1, EA;
LI 041: MXE-UCS-RAID-9266 MXE UCS Server MegaRAID 9266-8i, 1, EA;
LI 042: MXE-UCS-TPM1 MXE UCS Server Trusted Platform Module, 1, EA;
LI 043: R2XX-RAID1 Enable RAID 1 Setting, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements.Unless otherwise specified, Seller warrants that the products are new and in their original box(es).

The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Cisco?s current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software.

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to [email protected].

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov.

All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications

New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.

(a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system

Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems.

The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.

It does in fact require the chassis S/N since the 8510 is a blade that will be inserted into our existing chassis. The serial number that you need is: SM01284E.

To Bid on this opportunity, Seller must be Cisco Gold, Silver or Premier Partners. No exceptions

Bid Protests Not Available

Similar Past Bids

Center Kentucky 04 Apr 2011 at 4 PM
Bluemont Virginia 30 Aug 2013 at 1 PM
Paul Idaho 14 Jun 2018 at 6 PM
Washington District of columbia 10 Sep 2014 at 5 PM

Similar Opportunities

Reno Nevada 29 Jul 2025 at 6 PM
New hampshire 16 Jul 2025 at 11 AM
Edgefield South carolina 25 Dec 2027 at 5 AM (estimated)
Columbus Ohio 23 Jul 2025 at 3 AM
Pennsylvania 13 Jul 2025 at 4 AM (estimated)