Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
AWARD

70 -- CISCO Network hardware and licenses - Limited Source Justification

Notice Date
9/17/2015
 
Notice Type
Award Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N6660415Q3213
 
Point of Contact
Nicholas P Sanginario, Phone: 4018326587
 
E-Mail Address
nicholas.sanginario@navy.mil
(nicholas.sanginario@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N6660415F3213
 
Award Date
9/17/2015
 
Awardee
World Wide Technology, Inc., 60 Weldon PKWY, Maryland Heights, Missouri 63043-3237, United States
 
Award Amount
$345,176.00
 
Description
Limited Source Justification This procurement was solicited under GSA eBuy RFQ 1024116. RFQ 1024116 closed on 09/04/2015. Due to system constraints, an RFQ amendment could not be issued under the aforementioned RFQ ID, and it was then re-solicited under RFQ 1034824 to incorporates the following changes: The 100% small business set-aside status is hereby dissolved; the requirement is being competed on an UNRESTRICTED basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334210; the Small Business Size Standard is 1,000 employees. The solicitation closing date/time is changed to September 14, 2015 at 2:00pm ET. Any quote submitted in response to the original solicitation (RFQ ID 1024116) must be resubmitted under this RFQ to be considered for award. All other terms and conditions of the original GSA eBuy RFQ remain unchanged and are included below. _____________________________________________________________________________________ Offerors must be Cisco Gold, Silver or Premier Partners. No exceptions. The list of available partners is available at the following website: www.cisco.com/go/partnerlocator. The required items are as follows: Line Item Description Part Number Qty 1 Nexus 9300 48p 1/10G SFP+ & additional uplink module req. N9K-C9396PX 2 1.1 Nexus 9300 Accessory Kit N9K-C9300-ACK 2 1.2 Nexus 9300 Fan 2, Port-side Intake N9K-C9300-FAN2 6 1.3 Power Cord, 125VAC 13A NEMA 5-15 Plug, North America CAB-9K12A-NA 4 1.4 Nexus 9300 650W AC PS, Port-side Intake N9K-PAC-650W 4 1.5 Nexus 9300 Rack Mount Kit N9K-C9300-RMK 2 1.6 Nexus 9500/9300/3164PQ Base NX-OS Software Rel 6.1(2)I2(2b) N9KDK9-612I2.2B 2 2 ACI capable Uplink Module for Nexus 9300, 12p 40G QSFP N9K-M12PQ 2 3 40GBASE-CR4 Active Copper Cable, 10m QSFP-H40G-ACU10M 2 4 10GBASE-LR SFP Module SFP-10G-LR 8 5 Nexus 2000, 10GT FEX; 48x1/10T; 6x40G QSFP N2K-C2348TQ 10 5.1 Power Cord, 125VAC 13A NEMA 5-15 Plug, North America CAB-9K12A-NA 20 5.2 Standard airflow pack: N2K-C2348TQ, 2AC PS, 3 Fan N2348TQ-FA-BUN 10 6 40GBASE Active Optical Cable, 10m QSFP-H40G-AOC10M 10 7 Cisco Catalyst 3650 24 Port PoE 4x1G Uplink IP Base WS-C3650-24PS-S 30 7.1 CAT3650 Universal k9 image S3650UK9-37E 30 7.2 640W AC Config 2 Power Supply PWR-C2-640WAC 30 7.3 North America AC Type A Power Cable CAB-TA-NA 60 7.4 Type 2 Stacking Blank STACK-T2-BLANK 30 8 640W AC Config 2 Secondary Power Supply PWR-C2-640WAC/2 30 9 Cisco Catalyst 3850 24 Port PoE IP Base WS-C3850-24P-S 2 9.1 CAT3850 Universal k9 image S3850UK9-37E 2 9.2 North America AC Type A Power Cable CAB-TA-NA 4 9.3 50CM Type 1 Stacking Cable STACK-T1-50CM 2 9.4 Catalyst 3750X and 3850 Stack Power Cable 30 CM CAB-SPWR-30CM 2 9.5 715W AC Config 1 Power Supply PWR-C1-715WAC 2 10 AP adder license for IOS based Wireless LAN Controllers LIC-CTIOS-1A 10 11 715W AC Config 1 Secondary Power Supply PWR-C1-715WAC/2 2 12 Cisco Catalyst 3850 4 x 1GE Network Module C3850-NM-4-1G 2 13 Cisco 2911 Security Bundle w/SEC license PAK CISCO2911-SEC/K9 4 13.1 Cisco 2911 AC Power Supply PWR-2911-AC 4 13.2 AC Power Cord (North America), C13, NEMA 5-15P, 2.1m CAB-AC 4 13.3 Removable faceplate for SM slot on Cisco 2900,3900,4400 ISR SM-S-BLANK 4 13.4 Blank faceplate for HWIC slot on Cisco ISR HWIC-BLANK 8 13.5 Cisco Config Pro Express on Router Flash ISR-CCP-EXP 4 13.6 512MB DRAM for Cisco 2901-2921 ISR (Default) MEM-2900-512MB-DEF 4 13.7 256MB Compact Flash for Cisco 1900, 2900, 3900 ISR MEM-CF-256MB 4 13.8 IP Base License for Cisco 2901-2951 SL-29-IPB-K9 4 13.9 Security License for Cisco 2901-2951 SL-29-SEC-K9 4 13.10 Cisco 2901-2921 IOS UNIVERSAL S29UK9-15403M 4 14 Four port 10/100/1000 Ethernet switch interface card EHWIC-4ESG 8 15 Catalyst 6500 Dist Fwd Card DFC4 S WS-F6K-DFC4-A= 6 15.1 Catalyst 6500 1GB DDR, xCEF720 (67xx interface, DFC3BXL) MEM-XCEF720-1GB 6 16 802.11ac Ctrlr 10APs 4x4:3SS w/CleanAir; Int; A Reg Domain AIR-CAP3702I-AK910 6 16.1 Cisco 3700 Series IOS WIRELESS LAN RECOVERY SWAP3700-RCOVRY-K9 60 16.2 802.11n AP Low Profile Mounting Bracket (Default) AIR-AP-BRACKET-1 60 16.3 Ceiling Grid Clip for Aironet APs - Flush Mount AIR-AP-T-RAIL-F 60 16.4 BOM Level AP3700i Bulk PID for A reg domain AIR-CAP3702I-ABULK 60 17 100 AP WIPS Monitor Mode licenses L-WIPS-MM-100AP 1 17.1 MSE License PAK (E Delivery) L-MSE-PAK 1 18 1000BASE-LX/LH SFP transceiver module, MMF/SMF, 1310nm, DOM GLC-LH-SMD++= 20 19 10GBASE-LR X2 Module X2-10GB-LR++= 4 Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable the offeror must: (1) quote the sole make and model items required by this solicitation (no substitutions allowed) in the specified quantities; (2) certify the products quoted are brand new, not gray market, in the original packaging, and include full Cisco warranties; (3) certify that it is a Premier, Silver, or Gold Cisco Certified Partner as of the date of quote submission and affirm to have sourced all Cisco products included in its quote from Cisco or through Cisco Authorized Channels; (4) possess the certification/specialization level required by Cisco to support both the product sale and product pricing in accordance with applicable Cisco certification/specialization requirements specified; (5) make the End User (Government) customer clearly known to Cisco so that warranty and service contract information can transfer to the appropriate party; (6) certify that all Cisco hardware/software to be delivered is licensed originally to buyer as the original licensee authorized to use Cisco hardware/software; and (7) meet the delivery requirement specified in this solicitation. Prior to payment authorization, the Government intends to confirm with Cisco Brand Protection that all Cisco hardware/software provided under this contract was sourced through authorized channels only and that all warranties are transferrable to the Government. If after award, the hardware/software delivered is determined not to be 1st tier, the Government has the right to terminate for cause with the contractor liable to the Government for any and all rights and remedies provided by law including excess re-procurement costs. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. DFARS Clause 252.211-7003 Item Identification and Valuation applies to any quoted item with a per unit value which exceeds $5,000.00 USD. This requirement is exempt from Electronic and Information Technology (EIT) Section 508 requirements. Required delivery is thirty (30) days ARO, F.O.B. Destination, Naval Station Newport; Newport, RI (02841). Payment will be made via Wide Area Work Flow (WAWF). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, contractor DUNs number, and GSA Contract Number. Quotes received after the closing date and time specified will be ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/Awards/N6660415F3213.html)
 
Record
SN03891025-W 20150919/150917235554-12b02e5712a5de13d7d25b320bea6797 (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.