Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOLICITATION NOTICE

70 -- Cisco Hardware

Notice Date
6/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RP-0066
 
Archive Date
8/11/2012
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
carol.wood@nist.gov, chon.son@nist.gov
(carol.wood@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/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 DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Proposal (RFP) for commercial items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAR) 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 including Exception 2 for value added resellers. The small business size standard is 150 employees. This acquisition is 100% set-aside for small business. This solicitation is being procured using procedures set forth in FAR Subpart 15, Contracting by Negotiation. This is a brand name only requirement. Offerors must provide the brand name identified within the line items. All part numbers listed herein are Cisco Part Numbers. The mission of the National Institute of Standards and Technology (NIST)/Office of Information Systems Management (OISM)/ IT Security and Networking Division includes: managing all aspects of the NIST IT network and services in support of NIST programs; monitors security, performance, and workload of the network infrastructure to ensure maximum effective use of installed systems; tracks emerging network technology to ensure that new technology and services are introduced that are the best possible match to NIST requirements; responsible for evolutionary design, planning, and implementation of network technologies; manages all aspects of the day-to-day operation and maintenance of the network infrastructure. To ensure that this mission is met, NIST requires upgrades to the Gaithersburg Public Internet Routers to enable support for advanced netflow capabilities, upgrades to building edge switches, and wireless infrastructure equipment. This order is for both new equipment and modules for existing equipment. The OISM IT Security and Networking Division Network Team has acquired Cisco equipment over the past 11 years to extend the capabilities of NISTnet at both the NIST Gaithersburg, MD and NIST Boulder, Colorado sites. This procurement includes Cisco component pieces that will be installed in previously purchased Cisco items, as well as new items that need to be monitored and managed by previously purchased Cisco software, CISCOWorks. Only CISCO proprietary products can be installed in CISCO systems and only CISCO equipment can be managed by CISCOWorks. Responsible quoters shall provide pricing for all of the following line items. All equipment must be new. LINE ITEM 0001: Qty 22 each 802.11n CAP 10APs with Clean Air; 4x4:3SS;Mod: Int ARegDomain #AIR-CAP3602I-AK910; LINE ITEM 0002: Qty 1 each Cisco 5508 Series Wireless Controller for up to 12 APs #AIR-CT5508-12-K9 LINE ITEM 0003: Qty 2 each Cisco 5508 Series Wireless Controller for up to 25APs #AIR-CT5508-25-K9 LINE ITEM 0004:Qty 2 each 5508 Series Controller for up to 50 APs #AIR-CT5508-50-K9 LINE ITEM 0005: Qty 2 each Cisco Enhanced Local Mode wIPS License, Supporting 100 APs #AIR-LM-WIPS-100= LINE ITEM 0006: Qty 2 each Cisco Enhanced Local Mode wIPS License, Supporting 25 APs #AIR-LM-WIPS-25= LINE ITEM 0007: Qty 2 each Wireless Services Module: WISM-2:w/300AP Support License #WS-SVC-WISM2-3-K9= LINE ITEM 0008: Qty 2 each Cisco Identity Services Engine 3315 Hardware Appliance #ISE-3315-K9 LINE ITEM 0009: Qty 2 each Cisco Identify Services Engine Version 1.1 Software #ISE-SW-1.1-K9 LINE ITEM 0010: Qty 2 each Cisco AC Power Cord, US #CAB-AC LINE ITEM 0011: Qty 1 each Cisco ISE 100 Endpoint Base Migration License #L-ISE-BSE-100-M= LINE ITEM 0012: Qty 1 each Cisco ISE 100 Endpoint 3 year Advanced Subscription License #L-ISE-ADV3Y-100= LINE ITEM 0013: Qty 4 each Cat 6500 Sup 2T with 2 x 10GbE and 3 x 1GbE with MSFC5 PFC4 #VS-S2T-10G= LINE ITEM 0014: Qty 4 each Cisco CAT6000-VS-S2T IOS IP SERV FULL ENCRYPT #S2TISK9-15001SY LINE ITEM 0015: Qty 14 each Catalyst 3560X 48 Port Full PoE IP Base #WS-C3560X-48PF-S LINE ITEM 0016: Qty 14 each Catalyst 3K-X 1100W AC Power Supply #C3KX-PWR-1100WAC LINE ITEM 0017: Qty 14 each Catalyst 3K-X 10G Network Module option PID #C3KX-NM-10G LINE ITEM 0018: Qty 14 each Catalyst 3K-X 1100W AC Secondary Power Supply #C3KX-PWR-1100WAC/2 LINE ITEM 0019: Qty 28 each AC Power Cord for Catalyst 3K-X (North America) #CAB-3KX-AC LINE ITEM 0020: Qty 14 each CAT 3560X IOS UNIVERSAL with web based DEV MGR #S356XVK9T-12255SE LINE ITEM 0021: Qty 28 each 1000BASE-LX/LH SFP (DOM) #SFP-GE-L= LINE ITEM 0022: Qty 5 each Catalyst4500E 7 slot chassis for 48Gbps/slot #WS-C4507R+E= LINE ITEM 0023: Qty 4 each Catalyst 6500 24-port GigE Mod: Fabric-enabled with DFC4S #WS-X6824-SFP-2T= LINE ITEM 0024: Qty 18 each GE SFP, LC connector LX/LH transceiver #GLC-LH-SM DELIVERY Delivery shall be completed in accordance with the Contractor's commercial schedule. All equipment shall be delivered to NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery terms shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. INSPECTION AND ACCEPTANCE CRITERIA NIST will inspect to ensure that the required equipment has been delivered and all equipment is functional in accordance with manufacturer's specifications. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. NIST anticipates a single award to the technically acceptable/lowest price offeror. Technically acceptable means that the offeror: (1) Is an authorized Cisco reseller as of the date of the submission of their offer; (2) That the offeror has the certification/specialization level required by Cisco Systems to support both the product sale and product pricing; (3) That the offeror has sourced all manufacturer products submitted in this order from Cisco Systems, or through a Cisco Authorized Distributor, in accordance with all applicable laws and policies at the time of purchase; (4) Products are new and in their original box; and (5) Manufacturer software will be licensed originally to the buyer as the original licensee authorized to use the manufacturer software. Price Evaluation Price will be evaluated but not scored. Evaluation of prices proposed for products and services will determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed prices must be entirely compatible with the technical proposal. ADDENDUM TO 52.212-1 All Offerors shall submit all of the following: 1) An original and one copy of a technical proposal which addresses all line items; 2) Certification that the offeror is an authorized Cisco reseller as of the date of the submission of their offer, that the offeror has the certification/specialization level required by Cisco Systems to support both the product sale and product pricing, and that it has sourced all manufacturer products submitted in this order from Cisco Systems, or through a Cisco Authorized Distributor, in accordance with all applicable laws and policies at the time of purchase; 3) Certification that the products are new and in their original box; 4) If there is associated software included in the product, the offeror must certify that all manufacturer software will be licensed originally to buyer as the original licensee authorized to use the manufacturer software; and that, when requested by buyer, the offeror shall provide the buyer with a copy of the end user License Agreement; 5) An original and one copy of a price quotation which includes FOB Destination pricing for all line items and delivery date(s) for all line items; 6) This is an Open-Market Combined Synopsis/Solicitation for equipment, software, installation, training, configuration, warranty, and training as defined herein. The Government intends to award a firm fixed price contract as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL offers shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a proposal based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant contract, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the proposal; 7) If the Offeror is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; 8) The Offeror's Dun and Bradstreet number; 9) The successful Offeror must be registered in the Central Contractor Registration (CCR). Failure or refusal to register will forfeit award. DUE DATE FOR PROPOSALS All proposals shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFP number is visible on the outermost packaging. Submission must be received in the NIST/Acquisition Management Division, 100 Bureau Drive, MS1640, Gaithersburg, MD 20899, not later than 3:30 p.m. local time on July 27, 2012. E-mail proposals shall be accepted. Fax proposals shall not be accepted. An e-mail proposal shall be considered received when it is received in the electronic inbox of Carol Wood. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of hard copies of proposals. If hard copies are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, offerors who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver proposals on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; 52.204-4, Printed or Copied Double-Sided on Post-Consumer Fiber Content Paper 52.209-7, Information Regarding Responsibility Matters; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-6, Notice of Total Set-Aside for Small Business; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Rerepresentation; 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; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.237-34, FOB Destination; 52.252-2, Clauses Incorporated by Reference; Department of Commerce Acquisition Regulation (CAR) clauses. Please submit a written request to the Contract Specialist for the full text of these clauses. 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Representative (COR); 1352.209-73, Compliance with the Laws; 1352.209-74 Organizational Conflict of Interest; 1352.237-75, Key Personnel; 1352.233-70, Agency Protests; 1352.233-71, GAO and Court of Federal Claims Protests; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm National Institute of Standards and Technology Clauses. Please submit a written request to the Contract Specialist for the full text of these clauses. NIST LOCAL 04 Billing Instructions; NIST LOCAL 41, Software License Addendum a) This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. Section 601 et.seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those having jurisdiction over federal procurement matters. Attorney's Fees: Attorney's fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. Section 504. No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U.S.C. Section 1341(a). Assignment: Payments may only be assigned in accordance with the Assignment of Claims Act, 31 U.S.C. Section 3727, and FAR Subpart 32.8, "Assignment of Claims." Invoices: Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. Section 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. Section 516). Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the government to unilaterally exercise one or more options to extend the term of the agreement. (END OF CLAUSE)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RP-0066/listing.html)
 
Place of Performance
Address: Ship to:, NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02790056-W 20120630/120629000510-43070ccbe900937d8538817e824925c0 (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.