Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
SOLICITATION NOTICE

58 -- Switch Equipment and Network Traffic Analyzer - FA8751-13-Q-0318

Notice Date
8/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-13-Q-0318
 
Archive Date
8/21/2013
 
Point of Contact
Andrey Selyuzhitskiy, Phone: 315-330-4434
 
E-Mail Address
Andrey.Selyuzhitskiy@us.af.mil
(Andrey.Selyuzhitskiy@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
FA8751-13-Q-0318 Representations & Certifications Addendum 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. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-13-Q-0318 is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130710. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside under NAICS code 334210 and small business size standard of 1000 employees. The contractor shall provide the following items, or their equal, on a Firm Fixed Price (FFP) basis, including the cost of shipping FOB Destination. The items represent a configuration known to the Government to be technically acceptable. All items in the offeror's quote must be interoperable with each other and with an environment characterized by Cisco products and SmartNet maintenance. Only factory-new products sourced through the manufacturer's authorized distribution channels which are fully supported by the manufacturer for warranty and maintenance will be considered for contract award. Item 1: SFP+ Adapter Module (Cisco CVR-X2-SFP10G= or equal) Qty: 8 Description: X2 SFP+ Adapter Module 10G Item 2: 350W AC Power Supply (Cisco C3KX-PWR-350=WAC or equal) Qty: 14 Description: 350W AC power supply Item 3: 10G Network Module (Cisco C3KX-NM-10G= or equal) Qty: 10 Description: Two 10GbE SFP+ ports network module with four physical ports (two SFP+ and two regular SFP) Item 4: 48 Port Switch (Cisco WS-C3750X-48T-S or equal) Qty: 7 Description: 48 x 10/100/1000 ethernet ports. Data IP base. Enterprise class stackable switch including the following features: -160 Gbps switching fabric -at least 256 MB DRAM -at least 64 MB flash -comprehensive Layer 2 features with up to 1000 VLANs -4000 VLAN IDs -1000 total switched virtual interfaces -9216 byte jumbo frame -468 total routed ports per switch stack -101.2 mpps forwarding rate with 2 x 10GbE uplinks -baseline enterprise services -support for routed access -stack power capable -MACSec -service module providing enhanced security and flexible netflow features on switch uplink ports usable with 1G or 10G speeds. Dedicated hardware for flexible netflow monitoring separate from dedicated hardware for MACSec. User defined flows. Enables line rate (40G) flexible netflow for network monitoring and security anomaly detection, 32000 simultaneous flows, 128 simultaneous active monitors, and line rate MACSec encryption. Item 5: Hardware Maintenance (Cisco CON-SNTP-3750X4TS or equal) Qty: 7 Description: 24x7x4 hardware maintenance for 48 port switch -24x7 access to manufacturer technical assistance -unrestricted access to online manufacturer knowledge base and tools -next business day 24x7x4 advance hardware replacement, with onsite parts replacement and installation available -ongoing operating system software updates within licensed feature set -proactive diagnostics and real-time alerts on call home enabled devices Item 6: 24 Port Switch (Cisco WS-C3750X-24T-S or equal) Qty: 5 Description: 24 x 10/100/1000 ethernet ports. Data IP base. Enterprise class stackable switch including the following features: -160 Gbps switching fabric -at least 256 MB DRAM -at least 64 MB flash -comprehensive Layer 2 features with up to 1000 VLANs -4000 VLAN IDs -1000 total switched virtual interfaces -9216 byte jumbo frame -468 total routed ports per switch stack -65.5 mpps forwarding rate with 2 x 10GbE uplinks -baseline enterprise services -support for routed access -stack power capable -MACSec -service module providing enhanced security and flexible netflow features on switch uplink ports usable with 1G or 10G speeds. Dedicated hardware for flexible netflow monitoring separate from dedicated hardware for MACSec. User defined flows. Enables line rate (40G) flexible netflow for network monitoring and security anomaly detection, 32000 simultaneous flows, 128 simultaneous active monitors, and line rate MACSec encryption. Item 7: Hardware Maintenance (Cisco CON-SNTP-3750X2TS or equal) Qty: 5 Description: 24x7x4 hardware maintenance for 24 port switch -24x7 access to manufacturer technical assistance -unrestricted access to online manufacturer knowledge base and tools -next business day 24x7x4 advance hardware replacement, with onsite parts replacement and installation available -ongoing operating system software updates within licensed feature set -proactive diagnostics and real-time alerts on call home enabled devices Item 8: IP Phone (Cisco CP-7945G= or equal) Qty: 20 Description: IP Phone 7945 GETH COL. -5 inch graphical TFT color display, 16 bit color depth, 320x240 effective pixel resolution, backlight, supports localization requiring double-byte Unicode encoding for fonts -supports wideband, including handset, headset, and speaker phone -supports G.711a, G.711u, G.729a, G.729ab, G.722, and iLBC audio compression codecs -full duplex speaker phone with acoustic echo cancellation -provides keys and buttons for access to messages, directories, settings, services, online help, speaker phone, mute, headset, navigation, select, and display -internal 2 port ethernet switch allowing direct connection to 10/100/1000 BASE-T ethernet network through RJ-45 interface with single LAN connectivity for both phone and colocated computer -includes headset port, volume control, adjustable foot stand, multiple ring tones -ADA compliant -supports DSCP and 802.1Q/p standards -security features include positive device identity through X.509v3 certificates, digitally signed images, cryptographically secure provisioning, secure signaling and secure media with AES-128, 802.1X supplicant, and EAPOL pass-through support Item 9: 10GBase LRM SFP Module (Cisco SFP-10G-LRM= or equal) Qty: 20 Description: 10GBase LRM SFP module Item 10: Network Traffic Analyzer NL500 Software Licenses with 12M (3052 or equal) Qty: 2 Description: Software based capability allowing data capture from continuous network traffic streams, conversion of raw data to charts and tables quantifying network usage. Provides comprehensive, customizable view of network traffic on a single page; analyzes device data such as NetFlow, J-Flow, sFlow, IPFIX and NetStream; provides application mapping detailing network bandwidth consumption by application; delivers instant alert notifications including top talker list when interface exceeds bandwidth utilization threshold; and allows for user installation and deployment using wizard interface and guides. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is 45 Days after Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Lackland AFB TX 78236. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) TUE 06 AUG 2013. Submit to: AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-4434 or by email to Andrey.Selyuzhitskiy@us.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. Please be advised that the domain address "@rl.af.mil" is no longer recognized by Air Force servers. Emails with this domain will not be forwarded to the intended recipients. The new Air Force domain ends with "@us.af.mil". (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications, (ii) verify authenticity of the products being offered and the sourcing method to be used, (iii) demonstrate interoperability with an environment characterized by Cisco products and SmartNet maintenance, (iv) ensure configuration accuracy, and (v) ensure delivery without partial shipments. (b)(10) Submit past performance information for efforts completed within the previous 3 years for work that is similar in scope and magnitude to that described in this solicitation. Include brief contract/project descriptions, contract/project numbers, and current reference contact information (name, email, telephone). (b)(12) If the offer is not submitted on the SF1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within five days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. The provision at 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used evaluate offers: (i) price, (ii) technical capability, and (iii) past performance. The Government intends to award to the lowest priced, technically acceptable offeror with acceptable past performance. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items and Alternate I, as well as DFARS 252.209-7995 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - Fiscal Year 2013 Appropriations (Deviation 2013-O0010). For your convenience all referenced certifications are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 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 52.219-27, Notice of Total Service-Disabled Veteran-Owned 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following additional FAR and DFARS clauses are applicable to this acquisition: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.211-7003, Item Identification and Valuation 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DOD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website -https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-0318/listing.html)
 
Record
SN03135633-W 20130803/130802000947-f6f4b301ab39e2445cbbea2505abd552 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.