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 N66604-19-Q-1544.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a Firm Fixed Price Type order for the following items:
CLIN
Manufacturer Part #
Description
QTY
Unit
Unit Cost
Extended Unit Cost
0001
ISR4351-SEC/K9
Cisco 4351 Router - 3 Ports - Management Port - 10 Slots - Gigabit Ethernet - 1U
2
Each
0002
FL-4350-BOOST-K9
Booster Performance License for 4350 Series
2
Each
0003
ISR4331-SEC/K9
Cisco 4331 Router - 3 Ports - No - Yes - 6 Slots - Gigabit Ethernet - No - 1U -
6
Each
0004
NIM-ES2-4=
4-port Layer 2 GE Switch Network Interface Module
4
Each
0005
NIM-2GE-CU-SFP=
2-port GE WAN NIM dual-mode RJ45 & SFP
4
Each
0006
FL-4330-BOOST-K9
Booster Performance License for 4330 Series
6
Each
0007
ASR1001-X
Cisco ASR1001-X Chassis, 6 built-in GE, Dual P/S, 8GB DRAM
2
Each
0008
SLASR1-AES
Cisco ASR 1000 Advanced Enterprise Services License
2
Each
0009
WS-C3850-48P-S
Catalyst WS-C3850-48P-S Ethernet Switch
6
Each
0010
C3850-NM-4-1G=
C3850-NM-4-1G Network Module
6
Each
0011
PWR-C1-715WAC/2=
715W AC Config 1 Secondary Power Supply
6
Each
0012
WS-C3850-24T-S
Cisco Catalyst WS-C3850-24T-S Layer 3 Switch
5
Each
0013
PWR-C1-715WAC/2
715W AC Config 1 Secondary Power Supply
5
Each
0014
C3850-NM-4-1G+
C3850-NM-4-1G Network Module
5
Each
0015
WS-C3560CX-8PC-S
Cisco 3560CX-8PC-S Layer 3 Switch - 8 Ports - Manageable
- 2 x Expansion Slots -
10
Each
0016
CMPCT-DIN-MNT
DIN Rail Mount For 3560-CX and 2960-CX Compact Switch
10
Each
0017
WS-C3850-12S-E
Cisco Catalyst WS-C3850-12S-E Layer 3 Switch
2
Each
0018
WS-C2960CX-8TC-L
Cisco 2960CX-8TC-L Layer 3 Switch - 10 Ports - Manageable - 2 x Expansion Slots
15
Each
0019
RCKMNT-19-CMPCT=
CISCO Rack Mount Kit
15
Each
Requirements:
This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the following: (1) a proposal including all of the items listed in table above. No partial quotes will be accepted. (2) The vendor shall warrant that all products are new and in the original packaging, gray market items will not be accepted.
If the Contractor does not deliver new hardware/software, the Government need not accept delivery. If after award the hardware/software delivered are determined not to be new, 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 re-procurement costs. (4) In order to be considered for award, the vendor must 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 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. 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.
This procurement is 100% set aside for small business 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 2019-01. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, and 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, apply to this solicitation. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply to this solicitation. DFARS Clauses, 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations, 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors, and 252.211-7003, Item Identification and Valuation 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 applies as follows.
36 C.F.R. § 1194.21 - Software Applications and Operating Systems
36 C.F.R. § 1194.25 - Self Contained, Closed Products
36 C.F.R. § 1194.31 - Functional Performance Criteria
36 C.F.R. § 1194.41 - Information, Documentation, and Support
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The required delivery is 30 days after date of award, F.O.B. Destination is Newport, RI 02841.
Electronic Payment through Wide Area Workflow (WAWF) will be used.
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
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award.
The quote may be submitted via email to the email address below and must be received on or before Friday, May 31, 2019, 2:00PM EST. Offer received after the closing date are considered to be 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.
Stephanie A. Smyth, Contracts Specialist, Phone 4018326964, Email stephanie.a.smyth@navy.mil