CVN-78 Cisco 9300 Switch
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information: Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-19-T-0043 Posted Date: 1/30/2019 Original Response Da... COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information: Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-19-T-0043 Posted Date: 1/30/2019 Original Response Date: 2/15/2019 Current Response Date: 2/15/2019 Product or Service Code: 7050 Set Aside: 100% Total Business Set Aside NAICS Code: 334118 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA 93043-4307 Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA 93043-4307 Description: 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 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118, with a small business size standard of 1000 employees. This is a Brand Name Requirement. The Cisco 9300 switch is one of Cisco's stackable enterprise switching platform built for security, IoT, mobility, and cloud. The 9300 Series switch form the foundation for Software-Defined Access (SD-Access), which is Cisco's lead enterprise architecture. This is the industry's highest-density stacking bandwidth at 480 Gbps. The 9300 Series is the first optimized platform for high-density 802.11ac Wave2. The switch also has a x86 CPU architecture. The 9300 Series is designed for Cisco StackWise technology. This provides flexible deployment with support for nonstop forwarding with Stateful Switchover (NSF/SSO), for the most resilient architecture in a stackable (sub-50-ms) solution. The switch also features Cisco StackPower, which delivers high-density Cisco Universal Power Over Ethernet (Cisco UPOE) and Power over Ethernet Plus (PoE+) ports. The switches are based on the Cisco Unified Access Data Plane 2.0 (UADP) 2.0 architecture. The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking to purchase the following materials, services, and items for the CVN-78 Cisco 9300 switch, which are listed below in Table 1 below. The table rows are listed in the following order: Item Number, Part number, Description, Quantity. Table 1: List of Materials/Services/Items to be Procured 1 CAB-TA-NA North America AC Type A Power Cable 4 2 C9300-NM-8X Catalyst 9300 8 x 10GE Network Module 2 3 STACK-T1-50CM 50CM Type 1 Stacking Cable 2 4 CAB-SPWR-30CM Catalyst Stack Power Cable 30 CM 2 5 C9300-DNA-1E-24 C9300 DNA Essentials, 24-Port Term Licenses 2 6 C9300-DNA-E-24-1Y C9300 DNA Essentials, 24-Port, 1 Year Term License Service Duration: 12 Months 2 7 4PT-KIT-T1= 4 Point Type 1 rack mount kit 2 8 SFP-10G-SR= 10GBASE-SR SFP Module 3 9 SFP-10G-LRM= 10GBASE-LRM SFP Module 8 10 CAB-MCP-LC= Mode Conditioning Patch cable; LC connector 8 11 SFP-H10GB-CU5M= 10GBASE-CU SFP+ Cable 5 Meter 5 12 GLC-SX-MMD= 1000BASE-SX SFP transceiver module, MMF, 850nm, DOM 8 13 C9300-24UX-1E C9300 24P mGig & UPOE, Network Ess, 1yr offering 2 14 C9300-NW-1E-24 C9300 Network Essentials, 24-port license 2 15 S9300UK9-168 UNIVERSAL 2 16 PWR-C1-1100WAC 1100W AC Config 1 Power Supply 2 17 PWR-C1-1100WAC/2 1100W AC Config 1 Secondary Power Supply 2 APPLICABLE SOLICITATION PROVISIONS • FAR 52.204-7 System for Award Management. • FAR 52.204-16 Commercial and Government Entity Code Reporting. • FAR 52.204-17 Ownership or Control of Offeror. • FAR 52.204-20 Predecessor of Offeror. • FAR 52.204-22 Alternative Line Item Proposal. • FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation. • FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. • FAR 52.212-1 Instructions to Offerors-Commercial Items. • FAR 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (End of provision) • FAR 52.219-1 Small Business Program Representations. • FAR 52.222-22 Previous Contracts and Compliance Reports. • FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. • FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. • FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. • DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. • DFARS 252.204-7004 Alternate A, System for Award Management. • DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. 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. • 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) The following subparagraphs of FAR 52.212-5 are applicable: • FAR 52.209-10 Reporting Executive Compensation and First-Tier Subcontract Awards. • FAR 52.219-6 Notice of Total Small Business Set-Aside. • FAR 52.219-28 Post Award Small Business Program Representation. • FAR 52.222-3 Convict Labor. • FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. • FAR 52.222-21 Prohibition of Segregated Facilities. • FAR 52.222-26 Equal Opportunity. • FAR 52.222-36 Equal Opportunity for Workers with Disabilities. • FAR 52.222-41 Service Contract Labor Standards. • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. • FAR 52.222-50 Combating Trafficking in Persons. • FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. • FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. • FAR 52.233-3 Protest After Award. • FAR 52.233-4 Applicable Law for Breach of Contract Claim. 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): Country Items are Manufactured: Lead Time or Period of Performance: Shipping Charges (if applicable): Is your company the OEM or proprietary for these products?: Company Size (large or small): Do you have distributors (if applicable)?: Are the items quoted available on a commercial, published, or on-line price listing?: Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil): INSTRUCTIONS FOR OFFERORS Submission of quotes shall be received not later than 2/15/2019. 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 (Jason Tsao) at < jason.tsao@navy.mil >. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 2/15/2019 10:00 a.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 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. (2) Technical Capability: Quotes will only be accepted and evaluated from offerors who are: a. Proof of being an authorized Cisco partner, sent in PDF format b. Have been certified by Cisco to have "federal authorization" (i.e. authorization by Cisco to sell to the Federal Government), sent in PDF format (3) Itemize each required part in this solicitation in the following format, in the order provided in the solicitation (example provided below) with the row elements in the following order: Item Number, Part Number, Description, Quantity, Unit Price, Estimated Price. 1 CAB-TA-NA North America AC Type A Power Cable 4 $X $X * Quantity And so forth. Any quote that does not abide by this format will not be considered. (4) 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. (5) Any quote that does not follow the instructions in the "Instruction for Offerors" and "Evaluation" sections will not be considered.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »