SOLICITATION NOTICE
70 -- IPv6 Lab Equipment
- Notice Date
- 6/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- M68909 MARINE CORPS TACTICAL SYSTEMS SUPPORT ACTIVITY Camp Pendleton, CA
- ZIP Code
- 00000
- Solicitation Number
- M6890910Q1041
- Response Due
- 6/22/2010
- Archive Date
- 7/22/2010
- Point of Contact
- Jon D. Aaron 760-725-2295
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for IPV6 Lab Equipment This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under FAR Subpart 12.6 - "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. Solicitation number M68909-10-Q-1041 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 and Defense Federal Acquisition Regulations Supplement Change Notice 20100519. NAICS Code 334210 applies with a size limit of 1000 personnel. This is a total service-disabled, veteran-owned small business (SDVOSB) set-aside procurement on a firm fixed-price basis (FAR 52.219-25). All responsible sources may submit a quotation which, if timely received, will be considered by the Agency. The procurement is for the purchase of 1.) brand-name only Cisco OEM products; 2.) brand-name only Polycom OEM products; and 3.) brand-name or equivalent Dell PowerEdge products. The required brand-name only Cisco OEM products solicited for quotation are as follows: CLIN 0001: Cisco Systems SMARTNET 8X5XNBD Unified CM 7.1 7816-14 Appliance 0 Seat - CISCO part # CON-SNT-16I4C2- Top Level Cisco Systems CUCM 7.1 part # UNIFIED-CM-7.1 - Qty 2 ea. CLIN 0002: Cisco Systems License Unified CM 7.1 7816 Appliance, 500 seats- CISCO part # LIC-CM7.1-7816=- Top Level Cisco Systems CUCM 7.1 part # UNIFIED-CM-7.1 - Qty 2 ea. CLIN 0003: Cisco Systems Unified CM 7.1 7816 Appliance, 0 seats- CISCO part # MCS7816I4-K9-CMC2- Top Level Cisco Systems CUCM 7.1 part # UNIFIED-CM-7.1 - Qty 2 ea. - with bundled sub-items: // Cisco Systems AC Power Cord (North America), C13, NEMA 5-15P, 2.1m- CISCO part # CAB-AC- Qty 2 ea. // Cisco Systems CCX 7.0 UCM 5 seat ENH Bundle - Only with New UCM- CISCO part # CCX-70-CM-BUNDLE- Qty 2 ea. // Cisco Systems CUCMS Monitoring Bundle Evaluation- CISCO part # CUCMS-EVAL-K9- Qty 2 ea. CLIN 0004: Cisco Systems 3-Yr Cisco UWL Entry UCSS - CISCO part # UCSS-UWL-ENTRY - Top Level Cisco Systems CUWL part # CUWL-LIC- Qty 200 ea. CLIN 0005: Cisco Systems Cisco Unified Workspace Licensing, Entry - 1 user- CISCO part # LIC-UWL-ENTRY - Top Level Cisco Systems CUWL part # CUWL-LIC- Qty 200 ea. - with bundled sub-items: // Cisco Systems Communications Manager UWL DLU Bundle - CISCO part # CUCM-UWL - Qty 1800 ea. // Cisco Systems IP Communicator 7.0 for CUWL only - CISCO part # IPC7-CLIENT-UWL - Qty 200 ea. // Cisco Systems Services Mapping SKU, Under 1K UWL ENTRY users - CISCO part # LIC-UWL-ENTRY1- Qty 200 ea. // Cisco Systems CUCM 7.1 7816 for CUWL only - CISCO part # UCM-7816-71-UWL - Qty 2 ea. // Cisco Systems CUCM 7.1 Media Kit for CUWL Only - CISCO part # UCM-7816-71-KIT - Qty 2 ea. // Cisco Systems Cisco Unified Workspace Licensing Entry Edition UCSS PAK- CISCO part # UCSS-UWL-ENTRY-PAK - Qty 2 ea. // Cisco Systems CCX 7.0 UCM 5 Seat ENH Bundle - ONLY with NEW UCM - CISCO part # CCX-70-CM-BUNDLE - Qty 2 ea. // Cisco Systems CIPC UWL Right to Use Certificate - CISCO part # CIPC-UWL-RTU - Qty 2 ea. // Cisco Systems CUCM Claim Certificate for UWL- CISCO part # CUCM-UWL-PAK - Qty 2 ea. CLIN 0006: Cisco Systems Cisco Unified IP Phone 7942, spare - CISCO part # CP-7942G=- Qty 2 ea. CLIN 0007: Cisco Systems SMARTNET 8X5XNBD Cisco Unified IP Phone 7942- CISCO part # CON-SNT-CP7942- Qty 2 ea. CLIN 0008: Cisco Systems Cisco Unified IP Phone 7962, spare - CISCO part # CP-7962G=- Qty 2 ea. CLIN 0009: Cisco Systems SMARTNET 8X5XNBD Cisco Unified IP Phone 7962- CISCO part # CON-SNT-CP7962- Qty 2 ea. CLIN 0010: Cisco Systems IP Phone 7975, Gig Ethernet, Color, spare - CISCO part # CP-7975G=- Qty 2 ea. CLIN 0011: Cisco Systems SMARTNET 8X5XNBD Cisco Unified IP Phone 7975- CISCO part # CON-SNT-CP7975- Qty 2 ea. CLIN 0012: Cisco SD205 5-PORT 10/100 HUB SWITCH - part # SD205- Qty 10 ea. The required brand-name only Polycom OEM products solicited for quotation are as follows: CLIN 0013: Polycom HDX 4002 XL- part # 7200-24850-001- Qty 2 ea. CLIN 0014: Polycom HDX MPPlus Multipoint Software Option License- part # 5150-23912-001- Qty 2 ea. CLIN 0015: Polycom HDX 4000 Series, Premier directResponse Support Advanced parts Replacement, One Year- part # 4870-00370-106- Qty 2 ea. CLIN 0016: Polycom OVS Free Unlimited Inbound Video Training- part # 115926 OVS Training- Qty 2 ea. The following instructions apply to Dell products only: The contractor may provide a quotation on any equivalent manufacture and model as long as it meets the Government's minimum solicited technical standards. The brand-name or equivalent miscellaneous networking gear solicited for quotation are as follows: CLIN 0017: PowerEdge Rack 4220: Dell 4220 42U Rack with Doors and Side Panels, Ground Ship, SKU [224-4934]- part # 42GFDSG 1- Qty 2 ea.- with bundled sub-items: // 1U KMM Console with Touchpad, Keyboard and 17 LCD, Rapid Rails, SKU [310-9961]- part # 1UKMM - Qty 2 ea. // PE4220 42U Rack Interconnect Kit, PS to PS, SKU [330-3601]- part # 42UPSPS - Qty 2 ea. // Dell 42U Rack Side Stabilizer, SKU [330-3602]- part # 42USSB - Qty 2 ea. // Dell 42U Rack, PS, 208V Fan Kit, SKU [310-6596]- part # 208VFAN - Qty 2 ea. // 3Yr Basic Hardware Warranty Repair: 5x10 HW-Only, 5x10 NBD Parts, SKUs [992-1802], [992-5080], [993-4108], & [993-4117]- part # 3PD - Qty 2 ea. // No Installation, SKU [900-9997]- part # NOINSTL Quotations shall comply with or clearly state, at a minimum, the following information: (1) All Cisco items shall be new, genuine Cisco manufactured products, and shall not be used or refurbished. The Government requires the contractor to be a Cisco reseller, authorized to sell Cisco products and services, and listed by Cisco as an authorized partner on the Cisco website. No third party resellers will be accepted. (2) Technically equivalent Dell product quotations shall include descriptive OEM literature, pictures, diagrams, and parameter data. The Government will not consider quotations based on used or refurbished equipment. Equipment quoted must be direct from the manufacturer and not a third-party supplier.(3) The manufacturer, part number, and material condition of the equipment or supply quoted. (4) Delivery Date after receipt of offer (ARO). (5) F.O.B. Destination (FAR 52.247-34) preferred. The Government will consider quotations based on F.O.B. Origin only after a mutual agreement of the parties has been negotiated. Unit pricing containing all related shipping costs is preferred. (6) Open Market or GSA Federal Supply Schedule (FSS) pricing. Quotations should state "open market" or should reference the applicable GSA/FSS number. The Government reserves the right to use a non-DoD contract (GSA FSSs) if the supply schedule is in the best interest of the Government. (7) The standard warranty period of performance. The contractor shall extend to the Government no less than any standard commercial warranty normally offered in a similar commercial sale. The warranty period shall commence upon final acceptance of the product by the Government. All applicable warranties shall be addressed in the quotation. (8) Expiration date of quoted and submitted prices. The Government will not consider quotes with an expiration date of less than one (1) month from the date of submittal. (9) Contractor's Federal Tax I.D., CAGE code, and DUNS number. (10) Payment Terms will be Net 30 unless stated differently on the quote. The following FAR provisions are incorporated by reference and apply to this acquisition if quoting open market items: 52.211-6;52.212-1;52.212-2, with the following significant evaluation factors in priority order:a) price,b) technical,c) delivery;52.212-3 [Alt I], the vendor must complete and return with quotation if not registered in ORCA; 52.212-4; 52.212-5, with the following provisions under paragraph (b) incorporated by reference: 52.219-27,52.219-28,52.222-3, 52.222-19,52.222-21,52.222-26,52.222-36, and52.232-33. The following DFARS provisions are incorporated by reference and apply to this acquisition if quoting open market items: 252.203-7002;252.204-7004, Alt I;252.212-7001, with the following clauses under paragraph (b) incorporated by reference: 252.203-7000,252.225-7036,252.232-7003,252.225-7002; and252.225-7035. The following USMC provision is incorporated by reference and applies to this acquisition: USMC Wide Area Workflow (WAWF) Implementation. By responding to this Quotation, the Offeror agrees to submit invoices via WAWF in accordance with DFARS 252.232-7003. The full text of clauses and provisions incorporated by reference may be obtained at the following addresses in accordance with FAR 52.252-2: http://www.arnet.gov/aar/, http://www.acq.osd.mil/dp/dars/dfars.html, http://web1.deskbook.osd.mil/default.asp, http://farsite.hill.af.mil. Contractor(s) shall complete the Certifications and Representations via ORCA at the following address in accordance with FAR 52.212-3: http://orca.bpn.gov. Quotations and the completed Certifications and Representations are due to the MCTSSA Contracts Office, Box 555171, Camp Pendleton, CA 92055-5171 no later than 3:30 pm Pacific Time on June 22, 2010. The Government Point of Contact (POC) for submitting your quote or for other information regarding this solicitation is Jon Aaron at (760) 725-2295, fax (760) 725-2514, or Email jon.d.aaron@usmc.mil or sandra.ingram@usmc.mil. No numbered notes apply.*****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M68909/M6890910Q1041/listing.html)
- Place of Performance
- Address: MARINE CORPS TACTICAL SYSTEMS SUPPORT ACTIVITY, BOX 555171, BLDG 31345, Camp Pendleton, CA
- Zip Code: 92055
- Zip Code: 92055
- Record
- SN02178407-W 20100617/100615235819-3d22e407530a83dbffd3031edba81f79 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |