This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in
accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial
Items and FAR Part 13, Simplified Acquisition Procedures.
This announcement constitutes only the solicitation. Competitive quotes are
being
requested under N66001-16-T-7462. This requirement is set-aside for small
businesses,
NAICS code is 334210 and the size standard is 1250 employees.
THIS IS A BRAND NAME OR EQUAL REQUIREMENT. (See Attached Specs)
Note: UID Labels are required on all equipment with a unit cost of $5,000 or
more per
DFARS 252-211-7003, Item Identification & Valuation. If there is a cost for
the UID
Label, please quote a separate line item.
LINE ITEM 0001
Copper Cable
QTY: 9
P/N: 10G-SFPP-TWX-0308 (Brocade or Equal)
10 Gbps Direct Attached SFP+ Copper Cable - Twinaxial cable, 3M, Up to 10.5
Gbps,
100% Brocade-Foundry Compatible (8 pack x 9 QTY
LINE ITEM 0002
Switches
QTY: 16
P/N: VDX6740 Switches (Brocade or Equal)
VDX 6740, 24P SFP+ Ports Only- NO Optics, AC, Nonport Side Exhaust Airflow +
Essential NBD Parts *** Only Support - Duration 3 Year for BR-VDX6740-24-F ***
***Network Switch Minimum Requirements:***
Form Factor: 1RU, port-side exhaust airflow
40 GbE QSFP+: 4
Ports on Demand: 2-Port 40G Ports on Demand (POD) Licenses
Power supplies: Two hot-swappable, load-sharing (85 to 264 VAC nominal)
Input line frequency: 50 to 60 Hz
Power Inlet: C13
Connector options: Out-of-band Ethernet management: RJ-45 (fixed)
Console management: RJ45 to RS-232 (fixed)
Firmware and diagnostic: USB
24 SFP+ Ports
Minimum VLANs: 2,048
Minimum MAC Addresses: 100,000
Maximum Jumbo Frame Size: 9,216 bytes
Minimum ACLs: 10,000
Layer 2 switching features: Address Resolution Protocol (ARP) RFC 826
High availability/In-Service Software Upgrade - hardware-enabled
IGMP v1/v2 Snooping
MAC Learning and Aging
Link Aggregation Control Protocol (LACP) IEEE 802.3ad/802.1AX
Virtual Local Area Networks (VLANs)
VLAN Encapsulation 802.1Q
Private VLANs
Edge Loop Detection (ELD)
Per-VLAN Spanning Tree (PVST+/PVRST+)
Rapid Spanning Tree Protocol (RSTP) 802.1w
Multiple Spanning Tree Protocol (MSTP) 802.1s
STP PortFast, BPDU Guard, BPDU Filter
STP Root Guard
Layer 2 Access Control Lists (ACLs)
Pause Frames 802.3x
Uni-Directional Link Detection (UDLD)
IEEE 802.3ae 10G Ethernet
Layer 3 switching features: Border Gateway Protocol (BGP4+)
Layer 3 ACLs
Multicast: PIM-SM, IGMPv2
OSPF
Static routes
IPv4/v6 ACL
Policy-Based Routing (PBR)
Bi-Directional Fault Detection (BFD)
16-way ECMP
VRF Lite
VRF-aware OSPF, BGP, VRRP, static routes
VRRP v2 and v3
IPv4/IPv6 dual stack
IPv6 ACL packet filtering
IPv6 routing
DCB features: Priority-based Flow Control (PFC) 802.1Qbb
Enhanced Transmission Selection (ETS) 802.1Qaz
Manual configuration of lossless queues for protocols other than FCoE and iSCSI
Data Center Bridging eXchange (DCBX)
DCBX Application Type-Type-Length-Value (TLV) for FCoE and iSCSI
Security: Port-based Network Access Control 802.1X
RADIUS (AAA)
TACACS+
Secure Shell (SSHv2)
BPDU Drop
Lightweight Directory Access Protocol (LDAP)
Secure Copy Protocol
***Cable Compatibility: Shall function with the Nutanix C-CBL-3M-SFP+-SFP+
cable
*** Mounting Kits: Shall be compatible with 4-post racks; XBR-R000291 (Brocade
or
Equal)
LINE ITEM 0003
Flush Mount Kit
QTY: 16
P/N XR-R00293 (Brocade or Equal)
Flush Mount Kit for 2 Post Racks for ITEM 0002
LINE ITEM 0004
Transceiver
QTY: 50
P/N: XBR-000190 (Brocade or Equal)
FRU SFP 1GBE COP 1PK ROHS FR418I/FX824/7
SFP Module Minimum Requirements:
** Compatibility: Shall be compatible and the same brand as the network
switch.
**Features: Shall support a minimum of 1GbE and RJ-45
Line Item 0005:
UID Label/s (if not included in price)
QTY:
Line Item 0006:
Shipping Charge: (if not included in price)
If there is a separate shipping cost (Not Included in Price) and (Not a Firm
Fixed Price
Less Than $100.00), supporting documentation will be required substantiating
shipping
charges.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest priced technically acceptable quote.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-88 (5/16/2016) and Defense Federal Acquisition
Regulation
Supplement (DFARS), 10 May 2016. 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.
FAR 52.252-2 (http://farsite.hill.af.mil)
52.204-2
FAR 52.212-4
DFARS 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013)
DFARS 252.204-7012 (Dev) SAFEGUARDING COVERED DEFENSE INFORMATION AND
CYBER INCIDENT REPORTING (Oct 2015)
DFARS 252-204.7008 (Dev) (Oct 2015)
FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4,
Contract
Terms and Conditions Commercial Items, incorporated by reference, applies to
this
acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications --
Commercial Items and DFARS 252.212-7000 Offeror Representations and
Certifications--
Commercial Items applies to this acquisition in e-Commerce.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3,
Convict
Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and
Remedies
(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999),
52.222-26,
Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign
Purchases
(E.O.'s, proclamations, and statutes administered by the Office of Foreign
Assets Control
of the Department of the Treasury), 52.232-33, Payment by Electronic Funds
Transfer
Central Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive OrdersCommercial Items
(Deviation) also applies to this acquisition, 52.204-99, System for Award
Management
Registration (Deviation), 52.222-36, Affirmative Action for Workers with
Disabilities,
52.204-2, Security Requirements, 2012-00007 Class Deviation- Representation
Regarding Conviction of a Felony Criminal Violation under any Federal or State
Law,
DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS
252.204-7000
(Disclosure of Information), DFARS 252.204-7012 (Safeguarding of Unclassified
Controlled Technical Information) .
DFARS 252.203-7998 Prohibition on Contracting with Entities that Require
Certain
Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010)
PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL
CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010)
(FEB 2015)
(a) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235),
Government
agencies are not permitted to use funds appropriated (or otherwise made
available)
under that or any other Act for contracts with an entity that requires
employees or
subcontractors of such entity seeking to report fraud, waste, or abuse to sign
internal
confidentiality agreements or statements prohibiting or otherwise restricting
such
employees or contactors from lawfully reporting such waste, fraud, or abuse to
a
designated investigative or law enforcement representative of a Federal
department or
agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that
it does not
require employees or subcontractors of such entity seeking to report fraud,
waste, or
abuse to sign or comply with internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or contactors from lawfully
reporting
such waste, fraud, or abuse to a designated investigative or law enforcement
representative of a Federal department or agency authorized to receive such
information.
(End of provision)
DFARS 252.203-7999 Prohibition on Contracting with Entities that Require
Certain
Internal Confidentiality Agreements. (DEVIATION 2015-O0010)
PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL
CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015)
(a) The Contractor shall not require employees or subcontractors seeking to
report
fraud, waste, or abuse to sign or comply with internal confidentiality
agreements or
statements prohibiting or otherwise restricting such employees or contactors
from
lawfully reporting such waste, fraud, or abuse to a designated investigative or
law
enforcement representative of a Federal department or agency authorized to
receive
such information.
(b) The Contractor shall notify employees that the prohibitions and
restrictions of any
internal confidentiality agreements covered by this clause are no longer in
effect.
(c) The prohibition in paragraph (a) of this clause does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(d)(1) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use
of funds
appropriated (or otherwise made available) under that or any other Act may be
prohibited, if the Government determines that the Contractor is not in
compliance with
the provisions of this clause.
(2) The Government may seek any available remedies in the event the
Contractor
fails to perform in accordance with the terms and conditions of the contract as
a result of
Government action under this clause.
(End of clause)
To respond to this announcement, you must be registered to the SPAWAR
E-Commerce
website at https://e-commerce.sscno.nmci.navy.mil, and upload your Quote/Bid
under
SSC Pacific/Simplified Acquisitions/N66001-16-T-7462.
This RFQ closes on 13 June 2016, at 9:00 AM, Pacific Daylight Time (PDT)
**Direct quotes submitted by email will not be accepted**
The point of contact for this solicitation is Gerald Burch, you must be
registered to the
SPAWAR E-Commerce website at https://e-commerce.sscno.nmci.navy.mil, and
upload
your inquiry under SSC Pacific/Simplified Acquisitions/N66001-16-T-7462. You
must
include RFQ N66001-16-T-7462 on all inquiries.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) program prior to award of contract. Information to register
in SAM
can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM
registration
means a registered DUNS and CAGE Code numbers.
Bid Protests Not Available