SOLICITATION NOTICE
70 -- CISCO products - Sole Make and Model Justification
- Notice Date
- 6/1/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-17-Q-1758
- Archive Date
- 6/30/2017
- Point of Contact
- Stephanie A. Smyth, Phone: 4018326964
- E-Mail Address
-
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Make and Model Justification PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-17-Q-1758. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a Firm Fixed Price requirement for the following items: Line # Manufacturer Part # Manufacturer Description Qty 1 WS-C3850-24P-S CISCO SYSTEMS Cisco Catalyst WS-C3850-24P-S Layer 3 Switch 18 2 S3850UK9-37E CISCO SYSTEMS CAT3850 Universal k9 image 18 3 PWR-C1-715WAC/2 CISCO SYSTEMS Cisco Proprietary Power Supply - 715 W 18 4 CAB-TA-NA CISCO SYSTEMS North America AC Type A Power Cable 36 5 STACK-T1-50CM CISCO SYSTEMS 50CM Type 1 Stacking Cable 18 6 CAB-SPWR-30CM CISCO SYSTEMS Cisco Standard Power Cord 18 7 PWR-C1-715WAC CISCO SYSTEMS Cisco 715W AC Power Supply Spare - 110 V AC, 220 V AC 18 8 C3850-NM-4-1G CISCO SYSTEMS Cisco C3850-NM-4-1G Network Module - For Data Networking Optical Network - 4 x S 18 9 WS-C2960CX-8TC-L CISCO SYSTEMS Cisco 2960CX-8TC-L Layer 3 Switch - 10 Ports - Manageable - 2 x Expansion Slots 50 10 CAB-TA-NA CISCO SYSTEMS North America AC Type A Power Cable 50 11 R-MGMT3X-N-K9 CISCO SYSTEMS Cisco Ent MGMT-Lic For PI 3x And APIC EM Fnd Apps 1 12 R-PI30-SW-K9 CISCO SYSTEMS Prime Infrastructure 3.0 Software 1 13 L-MGMT3X-2K-K9 CISCO SYSTEMS Cisco Ent MGMT: PI 3.x LF,AS & APIC-EM Lic, 1 Cat 2K 50 14 L-MGMT3X-3K-K9 CISCO SYSTEMS Cisco Ent MGMT: PI 3.x LF,AS & APIC-EM Lic, 1 Cat 3K 34 15 FP7030-BUN CISCO SYSTEMS Cisco FirePOWER 7030 Chassis and Subscription Bundle 1 16 FP7030-TAMC-LIC CISCO SYSTEMS Cisco FirePOWER 7030 IPS, Apps, AMP and URL Service Licenses 1 17 FP7030-TAMC-3Y CISCO SYSTEMS Cisco FirePOWER 7030 IPS, Apps, AMP and URL 3YR Service SubsService Duration: 36 Months 1 18 FP7030-K9 CISCO SYSTEMS Cisco FirePOWER 7030 Chassis, 1U, 8 Port Copper 1 19 CAB-AC CISCO SYSTEMS AC Power Cord (North America), C13, NEMA 5-15P, 2.1m 1 20 SF-FP5.4-K9 CISCO SYSTEMS Cisco FirePOWER Software v5.4 1 21 FP-PWR-BRICK CISCO SYSTEMS Cisco FirePOWER Power Brick for 7000 Series 1 22 FP7030-CTRL-LIC CISCO SYSTEMS Cisco FirePOWER 7030 Control License 1 23 FP7000-RACK CISCO SYSTEMS Cisco FirePOWER Appliances - Rack Kit (Tray) 1 NUWCDIVNPT intends to purchase these items on a sole make and model basis (no substitutions allowed) (see the attached Sole Make and Model Justification). The basis for the sole make and model is that NUWCDIVNPT must adhere to Network Infrastructure Security Technical Implementation Guide (STIG) and Network Policy STIG to maintain or replace equipment for Information Assurance (IA) compliance. The request to purchase Cisco Systems equipment and software will be utilized to replace and/or upgrade existing hardware and software which has reached the End-of-Support (EoS). Without procuring these devices, the maintenance, IOS upgrades, and troubleshooting with vendor support will not be possible. This will eventually lead to a non-IA compliant network with a potential consequence of a shutdown. Although Cisco is the sole manufacturer, Cisco products and maintenance support can be purchased from authorized/certified value-added resellers. In order to be considered for award, the vendor must either be a Select, Premier, or Gold Certified CISCO Partner. All vendors are required to submit documentation with their offer that identifies CISCO Partnership level. Vendor CISCO Partner status will be verified by the Government with CISCO Brand Protection prior to award. Vendors certify that they are a CISCO Authorized Channel as of the quote submission date, and that they have the certification/specialization level required by CISCO to support both the product sale and product pricing, in accordance with applicable CISCO certification/specialization requirements. The vendor shall warrant that all products are new and in the original CISCO packaging. The vendor confirms to have sourced all CISCO products provided under this contract directly from CISCO or through CISCO authorized channels only, in accordance with all applicable laws and CISCO current applicable policies at the time of purchase. If software is provided or included, vendors shall, upon request, provide a copy of the End User License Agreement. The vendor shall provide required End User (Government) information to CISCO so that warranty and service contract information can transfer to the appropriate party. Vendor shall certify prior to award that all CISCO hardware/software to be delivered shall be licensed originally to authorized buyers. Prior to payment authorization, the Government intends to confirm with CISCO Brand Protection that all CISCO hardware/software provided under this contract has been sourced through authorized channels only and that all warranties are transferrable to the Government. If the Contractor does not deliver 1st tier hardware/software, the Government need not accept delivery. If after award the hardware/software delivered are 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 the law including excess reprocurement costs. When products are not sold through Cisco's authorized sales channels, Cisco can offer no assurance as to the provenance and quality of those products. Additionally, when resellers resell Cisco products that have been sourced from outside of Cisco's authorized sales channels, those products may not come with a valid software license or hardware warranty and are not automatically eligible for a Cisco service support contract (such as SMARTnet maintenance). Please see additional details in the attached Sole Make and Model Justification. This procurement is a 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334290; the Small Business Size Standard is 750 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. 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, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015) and 252.204-7012, Safeguarding Covered Defense information and Cyber Incident Reporting (Dec 2015) apply to this solicitation. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508 Item or service is for a national security system (FAR 39.204(b)) applies to this solicitation. The following clause applies: UW C-2-0003-ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (MAR 2010) (a) Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for product(s)/service(s) procured under this solicitation. All appropriate subparts of Section 1194, of Section 508 Standards, apply. Each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed below: X 36 C.F.R. § 1194.21 - Software applications and operating systems X 36 C.F.R. § 1194.22 - Web-based and internet information and applications X 36 C.F.R. § 1194.23 - Telecommunications products 36 C.F.R. § 1194.24 - Video and multimedia products X 36 C.F.R. § 1194.25 - Self contained, closed products 36 C.F.R. § 1194.26 - Desktop and portable computers X 36 C.F.R. § 1194.31 - Functional Performance Criteria X 36 C.F.R. § 1194.41 - Information, Documentation, and Support (b) The Contractor shall provide a Voluntary Product Accessibility Template (VPAT) for items or a Government Product/Service Accessibility Template (GPAT) for service to document compliance with the indicated Section 508 Standards. Offerors/resellers that do not provide a VPAT may be determined technically unacceptable. Please refer to: http://www.itic.org/index.php?submenu=Resources&submenu=Resources&src=gendocs&ref=vpat&category=resources or http://www.buyaccessible.gov/ for more information on VPATs and GPATs or contact http://www.access-board.gov/contact.htm or www.gsa.gov/section508 (c) The Contractor shall comply with the VPAT or GPAT document submitted. If the Contracting Officer determines that any item or service delivered under this contract does not comply with the EIT Accessibility Standards, the Contracting Officer will notify the Contractor in writing. If the Contractor fails to promptly correct or replace the nonconforming products or services with conforming products or services within the delivery schedule contained in the contract, the Government will have the rights and remedies contained in the basic contract. Required delivery is 30 days after date of award, F.O.B. Destination is Newport, RI 02841. Payment will be made via Wide Area Work Flow (WAWF). This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the sole make and model items listed (no substitutions allowed) in quantities specified and the offer meets the delivery requirement specified above. Failure to propose all the required items will render your quote ineligible for award. In order to determine technically acceptable: (1) the offeror must provide the items required by this solicitation, no substitutions allowed, as specified in the attached Sole Make and Model Justification, and in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS may render a quote being deemed technically acceptable. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far 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 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, and contractor DUNS. Quotes received after the closing date and time specified will be ineligible for award. Quotes may be submitted via email to the email address below and must be received on or before Thursday, 15 June 2017, 2:00PM EST. Offers received after the closing date are late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-1758/listing.html)
- Record
- SN04528848-W 20170603/170601235100-53d1ab80a8ff96e503c716514e86c606 (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 |