THIS IS A COMBINED SYNOPSIS/SOLICITATION. NO FURTHER SOLICITATION WILL BE ISSUED. Solicitation Number: P13PS02168 NOTICE TYPE: Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) in Subparts 12.6 and 13.105, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisitions Circular (FAC) 2005-69, September 3, 2013. The government intends to make a simplified acquisition, best value award based on lowest price and technical acceptance, delivered. This procurement is a Total Small Business set-aside. The applicable NAICS classification code is 334112 with a size standard of 1,000 employees. Offerors SHALL be an AUTHORIZED CISCO PARTNER or RESELLER. All quotation packets SHALL include a copy of the contractor,s current CISCO Certificate to be considered responsive. The deadline for responses is September 19, 2013 2P.M. Alaska Daylight Time. The deadline for any offeror questions or clarification requests on this solicitation shall be September 18, 2013 2 P.M Alaska Daylight Time. SPECIFICATIONS: The National Park Service (NPS) has identified a requirement, on a fixed-price, the supply and delivery of CISCO Hardware materials, to Katmai National Park and Preserve, #1 King Salmon Mall, King Salmon, Alaska 99613. ALL ITEMS QUOTED SHALL BE NEW, FACTORY SEALED PRODUCTS AND ARE NOT GRAY MARKET, USED OR REFURBISHED. The contractor shall provide the following items in New, factory sealed condition, NO Reconditioned or Refurbished equipment will be considered: Part Number Description Quantity U/M AIR-CT2504-5-K9 2504 Wireless Controller with AP Licenses 1 Each CON-SNT-CT255 SMARTNET 8X5XNBD 2504 Wireless LAN Co 1 Each AIR-CT2504-K-9 2504 Wireless Controller with 0 AP Licenses 1 Each AIR-CT-2504-SW-7.4 Cisco 2504 Wireless Controller SW Rel. 7.4 1 Each CAB-AC2 AC Power cord North America 1 Each AIR-CT2504-RMNT 2504 Wireless Controller Rack Mount Bracket 1 Each AIR-CT2504-CCBL 2504 Wireless Controller Console Cable 1 Each LIC-CT2504-5 5 AP License for 2504 WLAN Controller 1 Each LIC-CT2504-BASE Base Software License 1 Each L-LIC-CT2504-UPG Upgrade Options for 2504 WLAN Controller (e-Delivery) 1 Each CON-SNT-LCT25UP SMARTNET 8X5XNBD Upgrade Options for 2504 WLAN Controller 1 Each L-LIC-CT-CT2504-1A 1 AP Adder License for 2504 WLAN Controller (e-Delivery) 5 Each CON-SNT-LLICCT1A SMARTNET 8X5XNBD 1 AP Adder License f 5 Each AIR-CAP3502I-A-K9 802.11a/g/n Ctrlr-based AP w/CleanAir; Int Ant; A Reg Domain 10 Each CON-SNT-CAP352IA SMARTNET 8X5XNBD 802.11a/g/n Ctrlr-based AP w/CleanAir; I 10 Each SWAP3500-RCOVERY-K9 Cisco 3500 Series IOS WIRELESS LAN RECOVERY 10 Each AIR-AP-BRACKET-1 802.11n AP Low Profile Mounting Bracket (Default) 10 Each AIR-AP-T-RAIL-R Ceiling Grid Clip for Aironet Aps - Recessed Mount (Default) 10 Each WS-C3560C-12PC-S Catalyst 3560C Switch 12 FE PoE, 2 x Dual Uplink, IP Base 6 Each CON-SNT-C356C12P SMARTNET 8X5XNBD Catalyst 3560C Switch 12 FE PoE, 2 x Dua 6 Each CAB-AC AC Power Cord (North America), C13, NEMA 5-15P, 2.1m 6 Each PWR-CLP Power Retainer Clip For Cisco 3560-C and 2960-C Compact Switch 6 Each CMP-MGNT-TRAY MAGNET AND MOUNTING TRAY FOR 3560-C AND 2960-C COMPACT SWITCH 6 Each CSACS-1121-UP-K9 Cisco 1100 series Authentication Secure Access Server 1 Each CON-SNT-SACS1121 SmartNet Maintenance 1 Each FREIGHT TO KING SALMON, ALASKA 1 LS
COMMERCIAL CLAUSES: 52.252-02 CLAUSES INCORPORATED BY REFERENCE: This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: https://acquisition.gov/far/index.html. 52.212-02 Evaluation - Commercial Items. The following factors shall be used to evaluate offers: Lowest Price delivered to Katmai National Park and Preserve, #1 King Salmon Mall, King Salmon, Alaska 99613. 52.212-03 Offeror Representations and Certifications -- Commercial Items: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision accessed electronically at this address: https://acquisition.gov/far/index.html.
52.212-04 Contract Terms and Conditions -- Commercial Items. 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Person; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of the law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;52.219-6 Notice of Total Small Business Set-Aside;52.219-28, Post Award Small Business Program Representation; 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, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text messaging While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.211-6, Brand Name or Equal (Aug 1999) Contractor shall be registered in the SAM Database at www.sam.gov prior to an award being made. Award will be made to the responsive, responsible vendor meeting all the requirements above; at the lowest price, delivered. DIAPR 2011-04 Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP)(September 2011.) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts, The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government business Point of Contact (as listed in CCR) will receive enrollment instruction via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email
[email protected] or phone (866)973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012)
This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.
a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
(End of Clause)
PROPOSAL SUBMISSION: Quotes must be received at the following address, via email, fax, or mail, prior to the closing date of this combined synopsis/solicitation: National Park Service Attn: Rebecca Graham 240 W. 5th Ave. Anchorage, AK 99501 Ph: (907) 644-3318 Fax: (907) 644-3821 Email:
[email protected]. Please include the solicitation number in the subject line. Closing date is September 19, 2013 2P.M. Alaska Daylight Time. The deadline for any offeror questions or clarification requests on this solicitation shall be September 18, 2013 2 P.M Alaska Daylight Time. POINT OF CONTACT: This combined synopsis/solicitation is a request for competitive quotes. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Rebecca M. Graham, Contracting Specialist, National Park Service phone: (907) 644-3318, fax: (907) 644-3821, email:
[email protected].
Bid Protests Not Available