Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
MODIFICATION

D -- OPTION - Diplomatic Security Training Center Wi-Fi Node Installation

Notice Date
3/30/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
1735 N. Lynn St. (SA-06A), Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
10696F1453
 
Response Due
4/19/2016
 
Archive Date
10/16/2016
 
Point of Contact
Name: Melissa Tyson, Title: Contract Specialist, Phone: 7038750144, Fax:
 
E-Mail Address
TysonMR@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number 10696F1453. 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. 786424_01. NASA SEWP V Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP V 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 V contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP V contracts is available at http://www.sewp.nasa.gov. The Seller must include the SEWP Agency Handling Fee (AHF) in their line item pricing in accordance with SEWP guidelines. The FedBid Fee will be calculated based solely on the price of the goods included in the Seller's bid. The portion of the pricing (.39%) that corresponds with the SEWP AHF will be excluded from the FedBid Fee calculations. 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 2016-04-19 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The Department of State requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 05/02/2016 - 05/01/2017 LI 001: HARDWARE AC Power Cord (North America Version) MFG PART NUMBER: PC-AC-NA QTY 31; Onboard License for Aruba ClearPass Policy Manager - 500 devices PART NUMBER: LIC-CP-OB-500 QTY 1; Aruba ClearPass Policy Manager 5K HW Appliance - RADIUS/TACACS+ server with advanced policy control for up to 5,000 unique endpoints. Includes 25 endpoint Enterprise License MFG PART NUMBER: CP-HW-5K QTY 1; 2.4-2.5GHz (4dBi) / 4.9-5.875GHz (6dBi), High-Gain Dual-band Omni-Directional Detachable Antenna, RP-SMA Connector, Direct mount, White, Indoor use only MFG PART NUMBER: AP-ANT-1W QTY 30; 12V / 18W indoor Access Point AC power adapter. MFG PART NUMBER: AP-AC-12V18 QTY 30; Aruba AP-224 Wireless Access Point, 802.11n/ac, 3x3:3, dual radio, antenna connectors, FIPS/TAA MFG PART NUMBER: AP-224-F1 QTY: 30; 12V / 24W indoor Access Point AC power adapter. Universal, ships with 8 country-specific plug inserts (US, EU, UK, Australia, China, Korea, Argentina, Brazil), covering all Aruba core countries MFG PART NUMBER: AP-AC-12V24UN QTY: 30; Aruba 7005, 4x10/100/1000BASE-T ports, Supports up to 16AP and 1K clients, powered by PoE-PD ethernet port (optional DC power accessory available). TAA Compliant. This SKU is an US only SKU and should not be deployed in rest-of-world. MFG PART NUMBER: 7005-USF1 QTY 30;, 1, EA; LI 002: SOFTWARE RF Protect License including WIP and Spectrum (1 AP Support) MFG PART NUMBER: LIC-RFP-1 QTY 30 Policy Enforcement Firewall (1 AP License) MFG PART NUMBER: LIC-PEFNG-1 QTY 30 Onboard License for Aruba ClearPass Policy Manager - 100 devices MFG PART NUMBER: LIC-CP-OB-100 QTY 1; Access Point License (1 Access Point License) MFG PART NUMBER: LIC-1-AP QTY: 30, 1, EA; LI 003: MAINTENANCE SUPPORT SUPPORT FOR LIC-RDP-1 (1 YEAR) MFG PART NUMBER: SN1-LIC-RFP-1 QTY 30; ARUBACARE SUPPORT FOR LIC-PEFNG-1 (1 YEAR) MFG PART NUMBER: SN1-LIC-PEFNG-1 QTY 30 SUPPORT FOR LIC-CP-OB-100 (1 YEAR) MFG PART NUMBER: SA1-LIC-CP-OB-100 QTY: 1; NBD SUPPORT FOR LIC-CP-OB-500 (1 YEAR) MFG PART NUMBER: SA1-LIC-CP-OB-500 QTY: 1; NBD SUPPORT FOR CP-HW-5K (1 YEAR) MFG PART NUMBER: SA1-CP-HW-5K QTY: 1; NBD SUPPORT FOR AP-224-F1 (1 YEAR) MFG PART NUMBER:SN1-AP-224-F1 QTY: 30; SUPPORT FOR LIC-1-AP MFG PART NUMBER: SN1-LIC-1-AP QTY: 30; NBD SUPPORT FOR 7005-USF1 (1 YEAR) MFG PART NUMBER: SN1-1005-USF1 QTY: 30, 1, EA; LI 004: PROFESSIONAL SERVICES ClearPass Onsite Deployment (2 days) PART NUMBER: PS-CP-SOLN1, 1, EA; LI 005: TRAINING Aruba Training Credit - used to purchase training classes from Aruba or Aruba Authorized Training Centers - SEE ENCLOSED STATEMENT OF WORK, 8, EA; Option 1 Period of Performance: 05/02/2017 - 05/01/2018 LI 001: MAINTENANCE SUPPORT SUPPORT FOR LIC-RDP-1 (1 YEAR) PART NUMBER: SN1-LIC-RFP-1 QTY 30; ARUBACARE SUPPORT FOR LIC-PEFNG-1 (1 YEAR) PART NUMBER: SN1-LIC-PEFNG-1 QTY: 30; SUPPORT FOR LIC-CP-OB-100 (1 YEAR) PART NUMBER: SA1-LIC-CP-OB-100 QTY: 1; NBD SUPPORT FOR LIC-CP-OB-500 (1 YEAR) PART NUMBER: SA1-LIC-CP-OB-500 QTY: 1; NBD SUPPORT FOR CP-HW-5K (1 YEAR) PART NUMBER: SA1-CP-HW-5K QTY: 1; NBD SUPPORT FOR AP-224-F1 (1 YEAR) PART NUMBER: SN1-AP-224-F1 QTY: 30; SUPPORT FOR LIC-1-AP PART NUMBER: SN1-LIC-1-AP QTY: 30; NBD SUPPORT FOR 7005-USF1 (1 YEAR) PART NUMBER: SN1-1005-USF1 QTY: 30;, 1, EA; Option 2 Period of Performance: 05/02/2018 - 05/01/2019 LI 001: MAINTENANCE SUPPORT SUPPORT FOR LIC-RDP-1 (1 YEAR) PART NUMBER: SN1-LIC-RFP-1 QTY 30; ARUBACARE SUPPORT FOR LIC-PEFNG-1 (1 YEAR) PART NUMBER: SN1-LIC-PEFNG-1 QTY: 30; SUPPORT FOR LIC-CP-OB-100 (1 YEAR) PART NUMBER: SA1-LIC-CP-OB-100 QTY: 1; NBD SUPPORT FOR LIC-CP-OB-500 (1 YEAR) PART NUMBER: SA1-LIC-CP-OB-500 QTY: 1; NBD SUPPORT FOR CP-HW-5K (1 YEAR) PART NUMBER: SA1-CP-HW-5K QTY: 1; NBD SUPPORT FOR AP-224-F1 (1 YEAR) PART NUMBER: SN1-AP-224-F1 QTY: 30; SUPPORT FOR LIC-1-AP PART NUMBER: SN1-LIC-1-AP QTY: 30; NBD SUPPORT FOR 7005-USF1 (1 YEAR) PART NUMBER: SN1-1005-USF1 QTY: 30;, 1, EA; Option 3 Period of Performance: 05/02/2019 - 05/01/2020 LI 001: MAINTENANCE SUPPORT SUPPORT FOR LIC-RDP-1 (1 YEAR) PART NUMBER: SN1-LIC-RFP-1 QTY 30; ARUBACARE SUPPORT FOR LIC-PEFNG-1 (1 YEAR) PART NUMBER: SN1-LIC-PEFNG-1 QTY: 30; SUPPORT FOR LIC-CP-OB-100 (1 YEAR) PART NUMBER: SA1-LIC-CP-OB-100 QTY: 1; NBD SUPPORT FOR LIC-CP-OB-500 (1 YEAR) PART NUMBER: SA1-LIC-CP-OB-500 QTY: 1; NBD SUPPORT FOR CP-HW-5K (1 YEAR) PART NUMBER: SA1-CP-HW-5K QTY: 1; NBD SUPPORT FOR AP-224-F1 (1 YEAR) PART NUMBER: SN1-AP-224-F1 QTY: 30; SUPPORT FOR LIC-1-AP PART NUMBER: SN1-LIC-1-AP QTY: 30; NBD SUPPORT FOR 7005-USF1 (1 YEAR) PART NUMBER: SN1-1005-USF1 QTY: 30;, 1, EA; Option 4 Period of Performance: 05/02/2020 - 05/01/2021 LI 001: MAINTENANCE SUPPORT SUPPORT FOR LIC-RDP-1 (1 YEAR) PART NUMBER: SN1-LIC-RFP-1 QTY 30; ARUBACARE SUPPORT FOR LIC-PEFNG-1 (1 YEAR) PART NUMBER: SN1-LIC-PEFNG-1 QTY: 30; SUPPORT FOR LIC-CP-OB-100 (1 YEAR) PART NUMBER: SA1-LIC-CP-OB-100 QTY: 1; NBD SUPPORT FOR LIC-CP-OB-500 (1 YEAR) PART NUMBER: SA1-LIC-CP-OB-500 QTY: 1; NBD SUPPORT FOR CP-HW-5K (1 YEAR) PART NUMBER: SA1-CP-HW-5K QTY: 1; NBD SUPPORT FOR AP-224-F1 (1 YEAR) PART NUMBER: SN1-AP-224-F1 QTY: 30; SUPPORT FOR LIC-1-AP PART NUMBER: SN1-LIC-1-AP QTY: 30; NBD SUPPORT FOR 7005-USF1 (1 YEAR) PART NUMBER: SN1-1005-USF1 QTY: 30;, 1, 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 Award Management (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. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. This solicitation is a Small Business set-aside and only qualified Sellers can bid. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer is Lowest Price Technically Acceptable. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Buyer has provided special instructions for delivery ? See Statement of Work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10696F1453/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04067858-W 20160401/160330235110-40bcac6e4fc5896afe6ece3715001957 (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.