(i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.
(ii) Solicitation Number: F1S0AM2074A102 **Please provide the full solisitation number on all packages**
Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524.
Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers: oral offers will not be accepted.
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-06 and DPN 20220428 and AFAC 2021-0726.
(iv) THIS REQUIREMENT WILL BE: “Total Small Business Set-Aside”. The North American Industry Classification System (NAICS) number for this acquisition is 334419 with a sizestandard of 750 employees.
(v) CLIN Nomenclature
CLIN 0001 –
Catalyst 9300 24 GE SFP Ports, modular uplink Switch, P/N: C9300-24S-A 2 ea.
C9300 Network Advantage, 24-port license, P/N: C9300-NW-A-24 2 ea.
UNIVERSAL, P/N: SC9300UK9-173 2 ea.
715W AC 80+ platinum Config 1 Power Supply, P/N: PWR-C1-715WAC-P 2 ea.
715W AC 80+ platinum Config 1 SecondaryPower Supply, P/N: PWR-C1-715WAC-P/2 2 ea.
North America AC Type A Power Cable, P/N: CAB-TA-NA 4 ea.
No Network Module Selected, P/N: C9300-NM-NONE 2 ea.
50CM Type 1 Stacking Cable, P/N: STACK-T1-50CM 2 ea.
Catalyst Stack Power Cable 30 CM, P/N: CAB-SPWR-30CM 2 ea.
Cisco Catalyst Type 1 Network Module Blank, P/N: NM-BLANK-T1 2 ea.
TE agent for IOSXE on C9K, P/N: TE-C9K-SW 2 ea.
C9300 DNA Advantage, 24-port Fiber Term Licenses, P/N: C9300-DNA-A-24S 2 ea.
C9300 DNA Advantage, 24-Port Fiber, 3 Year Term License, P/N: C9300-DNA-A-24S-3Y 2 ea.
Cisco ThousandEyes Enterprise Agent IBN Embedded, P/N: TE-EMBEDDED-T 2 ea.
ThousandEyes - Enterprise Agents, P/N: TE-EMBEDDED-T-3Y 2 ea.
Prime Infrastructure Lifecycle & Assurance Term - Smart Lic, P/N: PI-LFAS-T 2 ea.
PI Dev Lic for Lifecycle & Assurance Term 3Y, P/N: PI-LFAS-AP-T-3Y 2 ea.
Network Plug-n-Play License for zero-touch device deployment, P/N: NETWORK-PNP-LIC 2 ea.
Catalyst 9300 48 GE SFP Ports, modular uplink Switch, P/N: C9300-48S-A 1 ea.
C9300 Network Advantage, 48-port license, P/N: C9300-NW-A-48 1 ea.
UNIVERSAL, P/N: SC9300UK9-173 1 ea.
715W AC 80+ platinum Config 1 Power Supply, P/N: PWR-C1-715WAC-P 1 ea.
715W AC 80+ platinum Config 1 SecondaryPower Supply, P/N: PWR-C1-715WAC-P/2 1 ea.
North America AC Type A Power Cable, P/N: CAB-TA-NA 2 ea.
No Network Module Selected, P/N: C9300-NM-NONE 1 ea.
50CM Type 1 Stacking Cable, P/N: STACK-T1-50CM 1 ea.
Catalyst Stack Power Cable 30 CM, P/N: CAB-SPWR-30CM 1 ea.
Cisco Catalyst Type 1 Network Module Blank, P/N: NM-BLANK-T1 1 ea.
TE agent for IOSXE on C9K, P/N: TE-C9K-SW 1 ea.
C9300 DNA Advantage, 48-Port Fiber Term Licenses, P/N: C9300-DNA-A-48S 1 ea.
C9300 DNA Advantage, 48-Port Fiber, 3 Year Term License, P/N: C9300-DNA-A-48S-3Y 1 ea.
Cisco ThousandEyes Enterprise Agent IBN Embedded, P/N: TE-EMBEDDED-T 1 ea.
ThousandEyes - Enterprise Agents, P/N: TE-EMBEDDED-T-3Y 1 ea.
Prime Infrastructure Lifecycle & Assurance Term - Smart Lic, P/N: PI-LFAS-T 1 ea.
PI Dev Lic for Lifecycle & Assurance Term 3Y, P/N: PI-LFAS-AP-T-3Y 1 ea.
Network Plug-n-Play License for zero-touch device deployment, P/N: NETWORK-PNP-LIC 1 ea.
Add-On Computer Peripherals
AddOn Cisco SFP-10G-BXD-I Compatible TAA Compliant 10GBase-BX SFP+ Transceiver (SMF, 3 ea.
1330nmTx/1270nmRx, 10km, LC, DOM), P/N: SFP-10G-BXD-I-AO
Add-On Computer Peripherals
AddOn Cisco SFP-10G-BXU-I Compatible TAA Compliant 10GBase-BX SFP+ Transceiver (SMF, 3 ea.
1270nmTx/1330nmRx, 10km, LC, DOM), P/N: SFP-10G-BXU-I-AO
Add-On Computer Peripherals
ADDON CISCO PART GLC-SX-MMD COMPATIBLE 1000BASE-SX SFP TRANSCEIVER (MMF, 156 ea.
850NM, P/N: GLC-SX-MMD-AO
Add-On Computer Peripherals
ADDON CISCO PART GLC-GE-100FX COMPATIBLE 100BASE-FX SFP TRANSCEIVER (MMF, 12 ea.
1310NM, P/N: GLC-GE-100FX-AO
GIGABIT (1.25-GBPS) EXTREME TEMPERATURE SFP WITH EXTENDED DIAGNOSTICS - (1) 18 ea.
1.25, P/N: LFP411
Convert and extend different networks over a Gigabit fiber cable connection
using the SFP of your choice - Gigabit Ethernet fiber media converter w/ open SFP slot – Supports 72 ea.
10/100/1000 networks - Copper ethernet to fiber med, P/N: MCM1110SFP
GIGABIT ETHERNET (1000-MBPS) POE+ MEDIA CONVERTER - 10/100/1000-MBPS COPPER 18 ea.
TO 1, P/N: LPS535A-SFP
OM1 MM FO PC OFNR PVC, SC-LC, OR, 3M, P/N: FOCMR62-003M-SCLC-OR 20 ea.
OM1 MM FO PC OFNR PVC, LC-LC, OR, 3M, P/N: FOCMR62-003M-LCLC-OR 96 ea.
50 MM FO PATCH CABLE DUPLX, PLENUM, YL, SCSC 3-m, SC-SC, 50-Micron, Multimode, 6 ea.
Plenum, Yellow Fiber Optic Cable, P/N: FOCMP50-003M-SCSC-YL
OM2 50/125 MULTIMODE FIBER OPTIC PATCH CABLE - OFNP PLENUM, SC-LC, YELLOW, 3-M 6 ea.
P/N: FOCMP50-003M-SCLC-YL
(See Attached Salient Characteristics)
(vi) Description of items to be Acquired:
The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA is requesting the acquisition of an Access Control System. This is a nonpersonnel services contract to purchase Transition Media Converters.
(vii) Delivery Date: TBD,
(viii)
Government Furnished Property (GFP) is not being authorized for this requirement.
FOB: DESTINATION –
Ship to:
POC: James Bigger
416 FLTS
245 S. Flightline Rd., Bldg 1199
Edwards AFB, CA 93524
*Any/all delivery charges must be included in the quote for FOB Destination.
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:
1.DUNS Numbers:
2.TIN Number:
3.CAGE Code:
4.Contractor Name:
5.Payment Terms (net30) or Discount:
6.Point of Contact and Phone Number:
7.Email address:
8.FOB (destination or origin):
9.Delivery criteria:
10.Warranty:
11.Date Offer Expires:
(ix)
N/A
Only the offeror who best meets the government’s needs will be awarded.
(xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.mil
PROVISIONS
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)
CLAUSES
52.204-7 System for Award Management (Oct 2018)
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 2021)
52.212-3 Alt 1 All Solicitations over the micro-purchase threshold for DoD, NASA, CG purchases (Use 52.212-3 with its Alternate I). (Oct 2014)
52.212-4 Contract Terms and Conditions -- Commercial Items (Nov 2021)
52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (May 2022)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019)
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
DFARS 252.211-7003 Item Identification and Valuation (Mar 2016)
DFARS 252.223-7008 Prohibition on Hexavalent Chromium (Jun 2013)
DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)
DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2021)
DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019)
AFFARS 5352.201-9101 Ombudsman (Oct 2019)
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)
AFFARS 5352.223-9001 Health & Safety on Government Installations (Oct 2019)
AFFARS 5352.242-9000 Contractor Access to the Air Force Installations (Oct 2019)
(xiv) Defense Priorities and Allocation System (DPAS)
Interested parties who believe they can meet this requirement described in this solicitation are invited to submit in writing a complete quote, including delivery FOB Destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this solicitation.
The following provisions and clauses apply: The following factor shall be used to evaluate offers: technically acceptable is meeting all minimum salient characteristics;
Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, no later than 16 May 2022 at 8:00 a.m. PST. All offers are to be sent via email to denina.solomon@us.af.mil and lisa.davis.6@us.af.mil.