United States - Cisco Equipment

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 April 2019
Opportunity publication date
04 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 03, 2019 1:56 pm

 

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information:
Document Type:                       Combined Solicitation/Synopsis
Solicitation Number:                 N63394-19-T-0068
Posted Date:                             04/04/2019
Original Response Date:           04/24/2019
Current Response Date:
Product or Service Code:         
Set Aside:                                 100% Small Business Set Aside
NAICS Code:                           334118
 
Contracting Office Address:
NAVAL SURFACE WARFARE CENTER
PORT HUENEME DIVISION
4363 MISSILE WAY
PORT HUENEME, CA. 93043-4307
 
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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.
 
This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-003.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334118, with a small business size standard of 1000 employees.
The proposed contract action is for supplies for which the Government intends to solicit and negotiate a Firm Fixed Price contract with a Brand Name product manufactured by Cisco, under the authority of FAR 13.501(a). The government intends to purchase the following:
 
           
Qty          Manuf     Part Number                                           Description             
2              CISCO      N3K-C3132Q-XL                      NEXUS 3132Q, 32 X QSFP+ PORTS, EXTENDED MEMORY  
                                                                               
1              CISCO      N3K-C3064-ACC-KIT-ZE           NEXUS 3K/9K FIXED ACCESSORY KIT, INCLUDED AT                              Internal
1              CISCO      N3K-BAS1K9                           NEXUS 3000 BASE LICENSE                                                                    Internal
4              CISCO      NXA-FAN-30CFM-B                 NEXUS 2K/3K/9K SINGLE FAN, PORT SIDE INTAKE                                 Internal
1              CISCO      NXOS-703I3.1                         NEXUS 9500, 9300, 3000 BASE NX-OS SOFTWARE REL                         Internal
2              CISCO      N2200-PAC-400W-B               NEXUS 2200 FEX POWER SUPPLY, BACK TO FRONT AIRFLOW              Internal
2              CISCO      CAB-9K12A-NA                        PWR CORD 125VAC 13A NEMA 5-15 PLUG NORTH AMERICA               Internal
1              CISCO      N3K-LAN1K9                           NEXUS 3000 LAN ENTERPRISE LICENSE                                                 Internal
                                                                               
                                                                               
                                                                               
5              CISCO      UCSC-C460-M4                       UCS C460 M4 BASE CHASSIS W/O CPU/DIMM/HDD          
                                                                               
2              CISCO      UCS-CPU-E78890E                  2.2 GHZ E7-8890 V4/165W 24C/60M CACHE/DDR4 1866MHZ             Internal
8              CISCO      UCS-MR-1X081RU-G              8GB DDR4-2133 MHZ RDIMM/PC4-17000/SINGLE                               Internal
1              CISCO      UCSC-PCIE-RSR-05                  RISER CARD WITH 5 PCIE SLOTS                                                             Internal
4              CISCO      UCSC-MRBD2-12                    UCS C460 M4 DDR4 MEMORY RISER WITH 12 DIMM SLOTS                 Internal
2              CISCO      UCS-SD16TSASS3-EP              1.6TB 2.5 INCH ENTERPRISE PERFORMANCE 12G SAS                          Internal
2              CISCO      UCSC-PSU2V2-1400W            1400W V2 AC POWER SUPPLY (200 - 240V) 2U & 4U C                         Internal
2              CISCO      CAB-N5K6A-NA                       POWER CORD, 200/240V 6A NORTH AMERICA                                     Internal
1              CISCO      UCSC-CMA-4U                        CABLE MANAGEMENT ARM FOR UCS C460 M4                                     Internal
1              CISCO      CIMC-LATEST                          IMC SW (RECOMMENDED) LATEST RELEASE FOR C-SERIES                  Internal
1              CISCO      UCSC-BAFF-C460-M4             AIR BAFFLE FOR UCS C460 M4                                                               Internal
2              CISCO      UCSC-HS-01-EX                       CPU HEAT SINK FOR UCS C460 M4 RACK SERVER                                 Internal
1              CISCO      UCS-M4-V4-LBL                      CISCO M4 - V4 CPU ASSET TAB ID LABEL (AUTO-EXPAND)                    Internal
1              CISCO      UCSC-BRCKT1-C460                BRACKET AND SUPERCAP CABLE FOR C460 M4 AND 12G                     Internal
4              CISCO      UCSC-PCIE-FLR-F                    FULL HEIGHT PCIE SLOT FILLER FOR C SERIES                                        Internal
2              CISCO      UCSC-PSUBLK-C460                PSU BLANKING PANEL FOR C460 M4                                                     Internal
1              CISCO      UCSC-RAIL-4U                         RAIL KIT FOR UCS C460 M4                                                                     Internal
10            CISCO      N20-BBLKD                             UCS 2.5 INCH HDD BLANKING PANEL                                                    Internal
1              CISCO      UCSC-PCIE-RSR-FLR                PCIE MODULE FILLER PANEL FOR UCS C460 M4                                    Internal
1              CISCO      UCSC-MRAID12G-512             CISCO 12GBPS SAS 512MB FBWC CACHE MODULE (RAID                     Internal
1              CISCO      UCSC-MRAID12G                    CISCO 12G SAS MODULAR RAID CONTROLLER                                      Internal
1              CISCO      UCSC-PCIE-IRJ45                     INTEL I350 QUAD PORT 1GB ADAPTER                                                   Internal
1              CISCO      C1UCS-OPT-OUT                     CISCO ONE DATA CENTER COMPUTE OPT OUT OPTION                       Internal
8              CISCO      I350T4V2                                 INTEL ETHERNET SERVER ADAPTER I350-T4V2                                      Internal
1              CISCO      PCIE-1612C-AE                        LTD 4-PORT RS-232/422/485 PCIE COMM. CARD WITH ISO                 Internal
1              CISCO      VCQK2200D-PB                       4GB NVIDIA QUADRO K2200D GDDR5 CTRL DVI DP                             Internal
                                                                               
                Note: Non-Cisco items I350T4V2, PCIE-1612C-AE, and VCQK2200D-PB will be installed into the Cisco UCS                                                      
                C460 M4 Servers;  the UCS C460 M4 Server warranty remains in effect when these parts are installed                                                           
                into the servers by Authorized Cisco Resellers.    
 
Separate line item for shipping FOB destination to Port Hueneme, CA 93041
 
Delivery 60 days after award of contract.
 
The following parts are unacceptable:  refurbished products, re-certified products, used products, comparable products, products from non-authorized Resellers, and any products that will void the warranty of the new hardware.
 
The items must be purchased only from Authorized Resellers who are authorized to sell these items.  Only Authorized Resellers who are authorized to sell these items will be able to ensure that the fully assembled unit will maintain the product warranty. 
 
APPLICABLE CONTRACT CLAUSES
 
FAR 52.204-13 System for Award Management Maintenance.
FAR 52.204-18 Commercial and Government Entity Code Maintenance.
FAR 52.204-19 Incorporation by Reference of Representations and Certification.
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred,
                         Suspended, or Proposed for Debarment.
FAR 52.232-39 Unenforceability of Unauthorized Obligations.
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.233-1 Disputes.
FAR 52.212-4 Contract Terms and Conditions-Commercial Items.
FAR 52.243-1 Changes-Fixed Price.
FAR 52.247-34 F.O.B. Destination.
 
FAR 52.252-2 Clauses Incorporated by Reference.
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/
 
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.
DFARS 252.204-7003 Control of Government Personnel Work Product.
DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 Wide Area Workflow Payment Instructions.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.243-7001 Pricing of Contract Modifications.
DFARS 252.244-7000 Subcontracts for Commercial Items.
HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015)
 
FAR 52.212-5
 
52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2019)
 
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
 
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
 
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
 
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
 
(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
 
(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
 
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
 
(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
 
(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
 
. 657f).
(22)  52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)).
(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).                                                                           (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).                                                         (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212).                                   (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
(33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).   (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
 (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332)
 
 
 
DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM
 
This is not a rated order under the Defense Priorities and Allocations System
 
Additionally, please provide the following information:
 
CAGE Code:
 
Tax ID# (if applicable):
 
GSA Contract Number (if applicable):
 
Shipping Charges (if applicable):
 
 
INSTRUCTIONS FOR OFFERORS
 
Any questions shall be received no later than 04/22/2019. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (Ruben Velasquez) at ruben.velasquez@navy.mil. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 04/24/2019 12:00 p.m. Pacific Standard Time.
 
All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.
 
 
 
EVALUATION
EVALUATION-COMMERCIAL ITEMS (OCT 2014)
 
(a) The Government will award a contract resulting from this solicitation on the basis of the lowest evaluated price of quotations for all items.  (part numbers in the quantities listed and shipping) combined.
Price
Technical Capability
Past Performance (in accordance with 252.213-7000)
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (LPTA). The Government will evaluate quotations based on the following evaluation criteria.
•1.       Price:  Total price will be evaluated by combining the price for all items (part numbers) in the
quantities listed.
•2.       Technical Capability:  The offeror's technical capability will be assessed based upon the
offeror providing a quotation meeting the specifications of the supplies being requested in this Solicitation.
•3.       Past Performance (in accordance with 252.213-7000)
All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.  No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC). It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 24 April 2019 by 1200 PM PST.

Opportunity closing date
24 April 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NSWC Port Hueneme Division United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?