CISCO Equipment
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-19-T-0066 NAICS: 334118 FSC/PSC: 70 Contracting Office Address: NAVAL SURF... COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-19-T-0066 NAICS: 334118 FSC/PSC: 70 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 (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118, with a Small Business Size Standard of 1,000 The Naval Surface Warfare Center, Port Hueneme Division is seeking the following: Description Part Number Qty 1 Cisco 2801 Router CISCO2801-SEC/K9 1 2 Cisco 2951 Integrated Services Router CISCO2951/K9 1 3 Cisco 3110X Switch 41Y8522 4 4 Cisco 512MB to 1GB DRAM Upgrade (1 1GB DIMM) for Cisco 2951 ISR MEM-2951-1GB-ENA 2 5 Cisco CAT3850 Universal K9 Image S3850UK9-37E 3 6 Cisco CAT3850 Universal K9 Image S3850UK9-36E 1 7 Cisco Cat6880-X IOS Advanced Enterprise Services Full Encrypt S68XAEK9-15201SY 2 8 Cisco Catalyst 3850 24 Port 10G Fiber Switch IP Services WS-C3850-24XS-E 3 9 Cisco Catalyst 3850 4 X 1GE Network Module C3850-NM-4-1G 1 10 Cisco Catalyst 3850 Network Module Blank C3850-NM-BLANK 3 11 Cisco Catalyst 4500 1300W AC Power Supply (Data and PoE) PWR-C45-1300ACV/2 4 12 Cisco Catalyst 4500 E-Series 12-Port GE (SFP) WS-X4612-SFP-E 6 13 Cisco Catalyst 4500 E-Series Supervisor, 848Gbps WS-X45-SUP7-E 2 14 Cisco Catalyst 4500E 7 Slot Chassis for 48 Gbps/slot, Fan, No PS WS-C4507R-E 2 15 Cisco Catalyst 6880-X Chassis C6880-X 2 16 Cisco Catalyst 6880-X MultiRate Port Card C6880-X-16P10G 2 17 Cisco Catalyst 6880-X Port Card Enhanced Slot Cover C6880-X-CVR-E 6 18 Cisco Catalyst Switch C6800IA-48FPD C6800IA-48FPD 2 19 Cisco Firepower 450W AC Power Supply FP-PWR_AC-450W- 1 20 Cisco Firepower 7120 Chassis, 1U, 8 Port Copper FP7120-K9 1 21 Cisco Firepower 7120 Control License FP7120-CTRL-LIC 1 22 Cisco IP Phone 7960 CP-7960 2 23 Cisco Mandatory Air Dam Set for 6880-X to meet thermal requirement C6880-X-NEBS-PAK 2 24 Cisco NEMA 5-20 to IEC-C19 14ft US CAB-US520-C19-US 4 25 Cisco NEMA L5-20 to IEC-C19 6FT US CAB-L520P-C19-US 2 26 Cisco North America AC Type A Power Cable CAB-TA-NA 6 27 Cisco Paper IP to ENT Services License C4500E-IP-ES 2 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. **REQUIRED DELIVERY DATE FOR ALL ITEMS: 60 DAYS AFTER CONTRACT AWARD DATE (ARO)** DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 05/15/2019. 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 (POC) Ruben Velasquez, at ruben.velasquez@navy.mil . It is the responsibility of the vendor to submit offers to the POC at NSWC PHD by the closing date of 05/15/2019 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 vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. 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)? The following factors will be used to evaluate quotes: 1) Price (Lowest Price Technically Acceptable) 2) Past Performance. Past performance will be evaluated in accordance with DFARS 252.213-7000. In the case of a supplier without a record of relevant past performance history in the Past Performance Information Retrieval System?Statistical Reporting (PPIRS-SR) for the Federal supply class (FSC) or product or service code (PSC) of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. Questions 1. Some of the requested items for solicitation N6339419T0066 050619 are end of life. Should I be quoting the current migration from the originally requested part? Some parts do not have a direct migration so should we assume a current generation product? A. If the item cannot be purchased as "brand new" a non-gray-market, refurbished item would be acceptable.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »