*Amendment 02 - The following text was deleted from the requirement, "All of the above support shall be from the manufacturer, Cisco. "
*Amendment 01 - The following text was added to the requirement, "Offers shall only be accepted from certified Cisco partners."
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separately written solicitation will not be issued. The Request for Quote number is N62645-09-T-0144. Provisions and clauses in effect through Federal Acquisition Circular 05-31 are incorporated. It is the contractorâs responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/. The NAICS code is 443120, with a small business size of 500 employees. This requirement is 100% set-aside for Small Business; all qualified small business vendors are encouraged to submit a proposal.
The Naval Medical Logistics Command request responses from qualified sources capable of providing all of the following Cisco products:
Brand Name Only:
Cisco:
1) P/N: CON-SNTP-WS-C4506
Description: Cisco 24X7X4 Service for Catalyst 4506 Series Modular Switch, 1 Year
Serial Number: FOX10111762
Quantity: 1 EACH
2) P/N: CON-SNTP-375048PS
Description: Cisco SmartNet 24X7X4 for Catalyst 3750 48 10/, 1 Year
Serial Numbers: CAT1024R2YA, CAT1024R2YN, CAT1024R31H, CAT1024Z3CX, CAT1024R30H, CAT1024R319, CAT1024Z3CW
Quantity: 7 EACH
3) P/N: CON-SNTP-2821
Description: Cisco SmartNet 24X7X4 for Cisco 2821 Router, w/ AC PWR, 2FE, 4HWIC, 1 Year
Serial Number: FTX1026A35C
Quantity: 1 EACH
4) P/N: CON-SNTP-WS-C6506
Description: Cisco SmartNet 24X7X4 for Catalyst 6506, 1 Year
Serial Numbers: SAL1009EVQZ, SAL1008EBMU, SAL1011G4L5, SAL1011G4L6, SAL1011G4KN, SAL1014J49W
Quantity: 6 EACH
5) P/N: CON-SNTP-WS-C6509
Description: Cisco SmartNet Premium 24X7X4 for Catalyst 6509, 1 Year
Serial Numbers: SMG1023NM2B, SMG1023NM29, SMG1023NLWQ, SMG1023NLWN, SMG1023NLWH, SMG1023NM2E, SMG1016NFWJ
Quantity: 7 EACH
Coverage Period: 31 August 2009 to 30 August 2010.
Offers shall only be accepted from certified Cisco partners. Support obtained from a third party shall not be accepted.
Delivery and Performance: Bethesda, MD (20889)
Responsibility and Inspection: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control.
FAR Provisions & Clauses:
FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED;
FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items;
FAR 52.212-4, Contract Terms and Conditions---Commercial Items;
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply:
52.219-6, Notice of Total Small Business Set-Aside;
52.219-8, Utilization of Small Business Concerns;
52.219-14, Limitations on Subcontracting;
52.219-28, Post-Award Small Business Program Rerepresentation;
52.222-3, Convict Labor;
52.222-26, Equal Opportunity;
52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans;
52.222-36, Affirmative Action for Handicapped Workers with disabilities;
52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferâCentral Contractor Registration
Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
FAR 52.247-34, F.O.B. Destination;
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7004, Central Contractor Registration (Alternate A)
DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items;
DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply:
252.232-7003, Electronic Submission of Payment Requests;
Evaluation Factors for Award:
The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price meeting the non-cost factor (technical conformance to the brand name only requirements of the solicitation). All items shall be quoted. No partial quotes shall be accepted. Evaluation of price will be based on the offerorâs total price for all line items as delivered to Bethesda, MD. This acquisition is being conducted under FAR 13.5 Commercial Item Test Program. Past Performance is not an evaluation factor for this acquisition.
The following factors shall be used to evaluate offers:
1. Meeting Requirements
2. Price (all CLINs shall be priced)
The offerorâs initial proposal shall contain the offerorâs best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation.
Quote/Proposal Instructions:
Offerors shall provide sufficient documentation to allow for evaluation of the quote. Shipping shall be FOB Destination. Quotes shall specify the Total Price. Quotes shall be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government.
Other Administrative Instructions:
Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; Provide DUNS number; Cage Code and Federal Tax ID.
In accordance with FAR 19.302 & FAR 15.503(a)(2)(i)(A), since this requirement is 100% set-aside for Small Business, a 5-day special notice shall be provided to all responsible offerors to allow for protest of the successful offerorâs small business representation.
Quotes shall be submitted by email only as a MS Word or Adobe PDF attachment to James Suerdieck at
[email protected]. Proposals are due by 1200 Eastern Time on 21 APR 2009. Any questions must be addressed to James Suerdieck, by email only NLT 17 APR 2009. No phone calls accepted.
Bid Protests Not Available