SOLICITATION NOTICE
D -- KG Encryptor Taclane for ProjNet C
- Notice Date
- 9/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1701 Fort Meyer Drive, Arlington, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 103018EHD81
- Response Due
- 9/24/2018
- Archive Date
- 3/23/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 103018EHD81 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $27.50M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-24 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ARLINGTON, VA 22209 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: This is a request for KGEncryptor Taclane for ProjNet-C maintenance KG 175G Encryptor TACLANE Mfg Part Number: 1GVLAN 1, 4, EA; LI 002: GEM Encryptor Manager Three Year Software Maintenance Mfg Part Number: GEM/EAM 3, 1, EA; LI 003: Cisco ONE ASR1001 X Mfg Part Number: C1 ASR1001 X/K9, 4, EA; LI 004: SNTC 8X5XNBD C1 ASR1001 X ChassisIPBase APIC EM APIs Mfg Part Number: CON SNT A1001XK9, 4, EA; LI 005: Cisco ONE Foundation Perpetual Suite AES IPSec FW AVC Prime Mfg Part Number: C1F1PASR1K9, 4, EA; LI 006: SWSS UPGRADES C1 FND Perp Suite AES IPSec FW AVCPrime Mfg Part Number: CON ECMU CFPASR11, 4, EA; LI 007: Cisco AnyConnect 25 User Plus Perpetual License Mfg Part Number: CON ECMU CFPASR11, 1, EA; LI 008: SWSS UPGRADES Cisco AnyConnect 25 User Plus Perpetual Licens Mfg Part Number: CON ECMU ACPL25, 1, EA; LI 009: Cisco One Catalyst 3650 24 Port Data 2x10G Uplink Mfg Part Number: C1 WS3650 24TD/K9, 2, EA; LI 010: SNTC 8X5XNBD Cisco One Catalyst 3650 24 Port Data Mfg Part Number: CON SNT CW24S365, 2, EA; LI 011: Cisco ONE Foundation Perpetual Catalyst 3650 24 port Mfg Part Number: C1FPCAT36501K9, 2, EA; LI 012: SWSS UPGRADES C1 FND Perpetual Catalyst 3650 24 port Mfg Part Number: CON ECMU C1FC3651, 2, EA; LI 013: Cisco ONE ISR 4331 (3GE2NIM1SM4G FLASH4G DRAMIPB) Mfg Part Number: C1 CISCO4331/K9, 1, EA; LI 014: SNTC 8X5XNBD C1 ISR 4331 (2GE2NIM1SM4G FLASH) Mfg Part Number: CON SNT C14331K9, 1, EA; LI 015: Cisco One WAAS 1300 Conn Perpetual License (Upgrade) Mfg Part Number: C1 WAAS 1300U, 1, EA; LI 016: SWSS UPGRADES Cisco One WAAS 1300 Mfg Part Number: CON ECMU C1WAAS13, 1, EA; LI 017: Cisco ONE Foundation Perpetual License ISR 4331 Mfg Part Number: C1F1PISR4330SK9, 1, EA; LI 018: SWSS UPGRADES C1 Foundation Perpetual Lic ISR 4331 Mfg Part Number: CON ECMU C1F4330S, 1, EA; LI 019: Cisco One Catalyst 3850 24 Port Fiber Switch Mfg Part Number: C1 WS3850 24S/K9, 8, EA; LI 020: SNTC 8X5XNBD C1 Cat 3850 24 Port Fiber Switch Mfg Part Number: CON SNT 38024SK9, 8, EA; LI 021: 50CM Type 1 Stacking Cable Mfg Part Number: STACK T1 50CM, 8, EA; LI 022: Catalyst Stack Power Cable 30 CM Mfg Part Number: CAB SPWR 30CM, 8, EA; LI 023: Cisco ONE Foundation Perpetual Catalyst 3850 24 port Fiber Mfg Part Number: C1FPCAT38504K9, 8, EA; LI 024: SWSS UPGRADES C1 FND Perpetual Cat3850 24 port Fiber Mfg Part Number: CON ECMU C1FC3854, 8, EA; LI 025: SNTC 8X5XNBD Nexus 3548 X 48 SFP+ Mfg Part Number: CON SNT 3548P10X, 1, EA; LI 026: 1GBASE CU SFP+ Cable 1 Meter Mfg Part Number: SFP H10GB CU1M=, 1, EA; LI 027: 1GBASE SR SFP Module Mfg Part Number: SFP 10G SR=, 1, EA; LI 028: 1GBASE CU SFP+ Cable 1 Meter Mfg Part Number: SFP H10GB CU1M=, 1, EA; LI 029: FAS2650,24X1.8TB,10K, C ; Model: FAS2650A Mfg Part Number: FAS2650 106 C, 1, EA; LI 030: FAS2650 HA SYSTEM,PREMIUM BUNDLE ; Model: FAS2650A Mfg Part Number:FAS2650A 002, 1, EA; LI 031: SFP+ OPTICAL 10GB SHORTWAVE, C ; Model: FAS2650A Mfg Part Number: X6589 R6 C, 1, EA; LI 032: CABLE,LC LC,OM4,5M ; Model: FAS2650A Mfg Part Number: X66250 5, 1, EA; LI 033: CABLE,DIRECT ATTACH CU SFP+ 10G,0.5M ; Model: FAS2650A Mfg Part Number: X6566B 05 R6, 1, EA; LI 034: RAIL KIT,4 POST,RND/SQ HOLE,ADJ,24 32 ; Model: FAS2650A Mfg Part Number: X 02659 00, 1, EA; LI 035: ONTAP,PER 0.1TB,PREMBNDL,PERF,1P, C ; Model: FAS2650A Mfg Part Number:OS ONTAP1 CAP2 PREM 1P C, 1, EA; LI 036: SUPPORTEDGE SECURE 7X24 4HR ONSITE Service Months: 36; Service Start Date: 7/23/2018; Model: FAS2650A Mfg Part Number: CS SEC 4H R, 1, EA; LI 037: NON RETURNABLE DISK PLUS,E Service Months: 36; Service Start Date: 7/23/2018; Model: FAS2650A Mfg Part Number: CS NRD2 E, 1, EA; LI 038: DSK SHLF,12G,24X1.2TB,10K,1P, SK ; Model: FAS2650A Mfg Part Number: DS224C 10 1.2 24S 1P SK, 1, EA; LI 039: CABLE,12GB,MINI SAS HD,1M ; Model: FAS2650A Mfg Part Number: X66031A, 1, EA; LI 040: RAIL KIT,4 POST,RND/SQ HOLE,ADJ,24 32 ; Model: FAS2650A Mfg Part Number: X 02659 00, 1, EA; LI 041: SUPPORTEDGE SECURE 7X24 4HR ONSITE Service Months: 36; Service Start Date: 7/23/2018; Model: FAS2650A Mfg Part Number: CS SEC 4H R, 1, EA; LI 042: NON RETURNABLE DISK PLUS,E Service Months: 36; Service Start Date: 7/23/2018; Model: FAS2650A Mfg Part Number: CS NRD2 E, 1, EA; LI 043: FAS2650,24X1.8TB,10K, C ; Model: FAS2650A Mfg Part Number: FAS2650 106 C, 1, EA; LI 044: FAS2650 HA SYSTEM,PREMIUM BUNDLE ; Model: FAS2650A Mfg Part Number: FAS2650A 002, 1, EA; LI 045: SFP+ OPTICAL 10GB SHORTWAVE, C ; Model: FAS2650A Mfg Part Number: X6589 R6 C, 1, EA; LI 046: CABLE,LC LC,OM4,5M ; Model: FAS2650A Mfg Part Number: X66250 5, 1, EA; LI 047: CABLE,DIRECT ATTACH CU SFP+ 10G,0.5M ; Model: FAS2650A Mfg Part Number:X6566B 05 R6, 1, EA; LI 048: RAIL KIT,4 POST,RND/SQ HOLE,ADJ,24 32 ; Model: FAS2650A Mfg Part Number:X 02659 00, 1, EA; LI 049: ONTAP,PER 0.1TB,PREMBNDL,PERF,1P, C ; Model: FAS2650A Mfg Part Number:OS ONTAP1 CAP2 PREM 1P C, 1, EA; LI 050: SUPPORTEDGE SECURE 7X24 4HR ONSITE Service Months: 36; Service Start Date: 7/23/2018; Model: FAS2650A Mfg Part Number: CS SEC 4H R, 1, EA; LI 051: NON RETURNABLE DISK PLUS,E Service Months: 36; Service Start Date: 7/23/2018; Model: FAS2650A Mfg Part Number: CS NRD2 E, 1, EA; LI 052: DSK SHLF,12G,24X1.2TB,10K,1P, SK ; Model: FAS2650A Mfg Part Number: DS224C 10 1.2 24S 1P SK, 1, EA; LI 053: CABLE,12GB,MINI SAS HD,1M ; Model: FAS2650A Mfg Part Number: X66031A, 1, EA; LI 054: RAIL KIT,4 POST,RND/SQ HOLE,ADJ,24 32 ; Model: FAS2650A Mfg Part Number: X 02659 00, 1, EA; LI 055: SUPPORTEDGE SECURE 7X24 4HR ONSITE Service Months: 36; Service Start Date: 7/23/2018; Model: FAS2650A Mfg Part Number: CS SEC 4H R, 1, EA; LI 056: NON RETURNABLE DISK PLUS,E Service Months: 36; Service Start Date: 7/23/2018; Model: FAS2650A Mfg Part Number: CS NRD2 E, 1, EA; LI 057: TPP L2 U.S. Federal VMware vSphere 6 Enterprise Plus for 1 processor Mfg Part Number: VS6 EPL F L2 2, 1, EA; LI 058: U.S. Federal Production Support/Subscription VMware vSphere 6 Enterprise Plus for 1 processor for 1 year Mfg Part Number: VS6 EP L P SSS F 2, 1, EA; LI 059: NO COST CLIN--SHIPPING INSTRUCTIONS: DELIVERY SHALL BE COORDINATED IN ADVANCED WITH THE GOVERNMENT DELIVERY COORDINATOR AND THE VENDOR. IF VENDOR FAILS TO COORDINATE DELIVERY, SHIPMENT MAY NOT BE RECEIVED ON ARRIVAL AT VENDORS EXPENSE. THE DELIVERY LOCATION DOES NOT HAVE A LOADING DOCK. FREIGHT SERVICE SHALL PROVIDE A FORKLIFT TO UNLOAD HARDWARE. NO PARTIAL ORDERS, UNLESS OTHERWISE INSTRUCTED BY GOVERNMENT POINT OF CONTACT., 1, EA; LI 060: NO COST CLIN: INVOICING INSTRUCTIONS: Vendor shall itemize goods and pricing detail for each item. Packing slips shall have correct itemization according to Purchase Order. Vendor shall adhere strictly to invoicing instructions or invoice will be rejected. Vendor shall invoice amounts according to the purchase order and send in after goods and services are completed or fulfilled. Vendor shall provide a POC and contact information on invoices. DELIVERY Coordinator POC- Malcolm Freeman @ 703-875-5205 Please include Overseas Buildings Operations Invoice Instructions 02INV, 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. Registration must be "ACTIVE" at the time of award. 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. DELIVERY SHALL BE COORDINATED IN ADVANCED WITH THE GOVERNMENT DELIVERY COORDINATOR AND THE VENDOR. IF VENDOR FAILS TO COORDINATE DELIVERY, SHIPMENT MAY NOT BE RECEIVED ON ARRIVAL AT VENDORS EXPENSE. THE DELIVERY LOCATION DOES NOT HAVE A LOADING DOCK. FREIGHT SERVICE SHALL PROVIDE A FORKLIFT TO UNLOAD HARDWARE. NO PARTIAL ORDERS, UNLESS OTHERWISE INSTRUCTED BY GOVERNMENT POINT OF CONTACT. Vendor shall itemize goods and pricing detail for each item. Packing slips shall have correct itemization according to Purchase Order. Vendor shall adhere strictly to invoicing instructions or invoice will be rejected. Vendor shall invoice amounts according to the purchase order and send in after goods and services are completed or fulfilled. Vendor shall provide a POC and contact information on invoices. DELIVERY Coordinator POC- Malcolm Freeman @ 703-875-5205 Please include Overseas Buildings Operations Invoice Instructions 02INV
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/103018EHD81/listing.html)
- Place of Performance
- Address: ARLINGTON, VA 22209
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN05099683-W 20180922/180920231639-13e298ab0839ce06d6a5765cf614a6fd (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 |