MODIFICATION
70 -- Cisco Hardware
- Notice Date
- 9/26/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- 1701 N. Ft. Meyer Drive, ARLINGTON, VA 22209
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA14R0528
- Response Due
- 9/26/2014
- Archive Date
- 3/25/2015
- Point of Contact
- Name: Telisa Williams, Title: Contract Specialist, Phone: 7038755892, Fax:
- E-Mail Address
-
williamstl5@state.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- MODIFICATION NOTICE:Bids are being solicited under solicitation number SAQMMA14R0528. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 681713_01. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at http://www.sewp.nasa.gov. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-26 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be WASHINGTON, DC 20547 The Department of State requires the following items, Exact Match Only, to the following: LI 001: Chassis+Fan Tray+ Sup2T+2xPower Supply; IP Services ONLYC6807-XL-S2T-BUN, 2, EA; LI 002: SMARTNET 8X5XNBD Chassis+Fan Tray+ SuCON-SNT-6807S2TB, 2, EA; LI 003: Catalyst 6800 Collapsed Campus Core and DistributionC6800-CAMPUS-COLL, 2, EA; LI 004: Cat 6500 Sup 2T with 2 x 10GbE and 3 x 1GbE with MSFC5 PFC4VS-S2T-10G, 2, EA; LI 005: Cisco CAT6000-VS-S2T IOS IP SERV NPES2TISK9NZ-15102SY, 2, EA; LI 006: Internal 1G Compact FlashMEM-C6K-INTFL1GB, 2, EA; LI 007: Cat 6k 80G Sys Daughter Board Sup2T PFC4VS-F6K-PFC4, 2, EA; LI 008: Catalyst 6500 Supervisor Engine 2T BaseboardVS-SUP2T-10G, 2, EA; LI 009: Catalyst 6500 2GB memory for Sup2T and Sup2TXLMEM-SUP2T-2GB, 2, EA; LI 010: Cat 6500 Sup 2T with 2 x 10GbE and 3 x 1GbE with MSFC5 PFC4VS-S2T-10G, 2, EA; LI 011: Internal 1G Compact FlashMEM-C6K-INTFL1GB, 2, EA; LI 012: Cat 6k 80G Sys Daughter Board Sup2T PFC4VS-F6K-PFC4, 2, EA; LI 013: Catalyst 6500 Supervisor Engine 2T BaseboardVS-SUP2T-10G, 2, EA; LI 014: Catalyst 6500 2GB memory for Sup2T and Sup2TXLMEM-SUP2T-2GB, 2, EA; LI 015: Cat6500 48-port 10/100/1000 GE Mod: fabric enabled, RJ-45WS-X6748-GE-TX, 2, EA; LI 016: Catalyst 6500 256MB DDR, xCEF720 (67xx interface, DFC3A)MEM-XCEF720-256M, 2, EA; LI 017: Catalyst 6500 Central Fwd Card for WS-X67xx modulesWS-F6700-CFC, 2, EA; LI 018: 16 Port 10G with DFC4WS-X6816-10G-2T, 2, EA; LI 019: Cat 6k 80G Sys Daughter Board DFC4EWS-F6K-DFC4-E, 2, EA; LI 020: 6816 10G baseboardWS-X6816-10GE, 2, EA; LI 021: Catalyst 6807-XL 3000W Power SupplyC6800-XL-3KW-AC, 4, EA; LI 022: AC POWER CORD NORTH AMERICA (110V)CAB-7513AC, 4, EA; LI 023: Catalyst 6807-XL Chassis Fan TrayC6807-XL-FAN, 2, EA; LI 024: Catalyst 6800 power supply blank coverC6800-PS-CVR, 4, EA; LI 025: Catalyst 6807-XL line card slot coverC6800-XL-CVR, 6, EA; LI 026: ACS 5.5 VMWare Software And Base LicenseCSACS-5.5-VM-K9, 1, EA; LI 027: SW APP SUPP ACS 5.5 VMWare SoftwCON-SAS-CSACSVM, 1, EA; LI 028: Cisco Secure ACS 5 Base LicenseCSACS-5-BASE-LIC, 1, EA; LI 029: WS-C4507R+E Chassis, two WS-X4648-RJ45V+E, Sup7L-E, LAN BaseWS-C4507RE+96V+, 2, EA; LI 030: SMARTNET 8X5XNBD WS-C4507R+E Chassis,2 WS-X4648-RJ45V+ECON-SNT-C4507REV, 2, EA; LI 031: Console Cable 6ft with RJ-45-to-RJ-45CAB-CON-C4K-RJ45, 2, EA; LI 032: Catalyst 4500 E-Series 12-Port 10GbE (SFP+)WS-X4712-SFP+E, 2, EA; LI 033: 10GBASE-SR SFP ModuleSFP-10G-SR, 24, EA; LI 034: Sup8-E and WS-X4748-RJ45V+E Upgrade for BundleC4500E-S7L-S8, 2, EA; LI 035: Catalyst 4500 E-Series Supervisor 8-EWS-X45-SUP8-E, 2, EA; LI 036: Catalyst 4500E 48-Port PoE 802.3at 10/100/1000(RJ45)WS-X4748-RJ45V+E, 2, EA; LI 037: Catalyst 4500E 48-Port PoE 802.3at 10/100/1000(RJ45)WS-X4748-RJ45V+E, 2, EA; LI 038: CAT4500e SUP8e Universal Crypto ImageS8EUK9-33-1511XO, 2, EA; LI 039: Catalyst 4500 2800W AC Power Supply (Data and PoE)PWR-C45-2800ACV, 2, EA; LI 040: U.S. Power Cord, Twist Lock, NEMA 6-20 PlugCAB-AC-2800W-TWLK, 4, EA; LI 041: Catalyst 4500 2800W AC Power Supply (Data and PoE)PWR-C45-2800ACV/2, 2, EA; LI 042: Catalyst 4500 E-Series Family Slot CoverC4K-SLOT-CVR-E, 6, EA; LI 043: License for Lan BaseC4500E-LB, 2, EA; LI 044: Catalyst 4500E 48-Port PoE 802.3at 10/100/1000(RJ45)WS-X4748-RJ45V+E=, 12, EA; LI 045: Catalyst 4500 E-Series 12-Port 10GbE (SFP+)WS-X4712-SFP+E=, 4, EA; LI 046: Cisco Catalyst 3850 48 Port Full PoE LAN BaseWS-C3850-48F-L, 2, EA; LI 047: SMARTNET 8X5XNBD Cisco Catalyst 3850 48 Port Full PoE LANCON-SNT-WSC388FL, 2, EA; LI 048: North America AC Type A Power CableCAB-TA-NA, 2, EA; LI 049: CAT3850 UNIVERSALS3850UK9-32-0SE, 2, EA; LI 050: 50CM Type 1 Stacking CableSTACK-T1-50CM, 2, EA; LI 051: Cisco Catalyst 3850 Network Module BlankC3850-NM-BLANK, 2, EA; LI 052: 1100W AC Config 1 Power SupplyPWR-C1-1100WAC, 2, EA; LI 053: Config 1 Power Supply BlankPWR-C1-BLANK, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. This solicitation requires registration with the System for AwardManagement (SAM)prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines.Information can be found at www.sam.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. Seller must be considered a Small Business under NASA SEWP IV contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14R0528/listing.html)
- Place of Performance
- Address: WASHINGTON, DC 20547
- Zip Code: 20547
- Zip Code: 20547
- Record
- SN03534003-W 20140928/140927062400-c1faf7056578467e4351c71c29a4ada0 (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 |