SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
The Request for Proposal (RFP) number FA252121QB080 shall be used to reference any written responses to this sources sought.
Patrick Space Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334111. The size standard for NAICS is 1,250 employees.
The requirement is to purchase Cisco and Brocade equipment to allow seamless integration in an existing design/build structure. The AFTAC System Development Directorate requires network switches and cables to migrate the United States National Data Center's (US NDC).
21QB080 SOO is attached with language below:
1. Purpose
Purchase Cisco and Brocade equipment to allow seamless integration in an existing design/build structure. The AFTAC System Development Directorate requires network switches and cables to migrate the United States National Data Center's (US NDC).
2. Technical Requirements
The contractor shall ensure that all applicable Commercial-Off-The-Shelf (COTS) IA and IA- enabled products comply with AFI 17-130, Air Force Cybersecurity Program Management. All IT hardware, firmware, and software components or products incorporated into DoDIN must comply with evaluation and validation requirements in DoDI 8500.01 and CNSSP-11, National Policy Governing Acquisition of IA Products. Refer to CNSSP No. 11 for the latest process and policy guidance on this subject.
2.1 IPV6 Mandate
The contractor shall ensure the product meets IPV6 capabilities per UCR 2013 and certified by the DoDIN Approved Products List.
2.2 Unified Capabilities (UCR) 2013 Mandate
The Contractor shall provide UC approved products. The DoDIN Approved Products List is a consolidated list of products that have completed interoperability and information assurance certification and is managed by Defense Information Systems Agency (DISA).
2.3 Common Criteria Evaluation & Validation Scheme Mandate
The contractor shall ensure that the products used to protect information on National Security Systems are certified by the NIAP/CCEVS approved product list.
3. Ordering Table **SEE ATTACHED SOO FOR FORMATTED TABLE ON LIST OF PARTS**
Line MFR Part Number Description QTY
1 CISCO N9K-C93180YC-EX Nexus 9300 with 48p 10/25G SFP+ and 6p 100G QSFP28 6
2 CISCO MODE-NXOS Dummy PID for mode selection 6
3 CISCO NXOS-9.3.3 Nexus 9500, 9300, 3000 Base NX-OS Software Rel 9.3.3 6
4 CISCO NXK-ACC-KIT-1RU Nexus 3K/9K Fixed Accessory Kit, 1RU front and rear removal 6
5 CISCO NXA-PAC-650W-PE Nexus NEBs AC 650W PSU - Port Side Exhaust 12
6 CISCO NXA-FAN-30CFM-F Nexus Fan, 30CFM, port side exhaust airflow 24
7 CISCO C1-SUBS-OPTOUT OPT OUT FOR "Default" DCN Subscription Selection 6
8 CISCO CAB-9K12A-NA Power Cord, 125VAC 13A NEMA 5-15 Plug, North America 12
9 CISCO C9300L-48T-4X-1E Fed Only,C9300L 48p Data, Netw Ess,4x10G Uplink 4
10 CISCO C9300L-NW-1E-48 C9300L Network Essentials, 48-port license, Federal offer 4
11 CISCO C9300L-STACK-BLANK Catalyst 9300L Blank Stack Module 8
12 CISCO FAN-T2 Cisco Type 2 Fan Module 12
13 CISCO S9300LUK9-1612 Cisco Catalyst 9300L XE 16.12 UNIVERSAL 4
14 CISCO PWR-C1-350WAC-P 350W AC 80+ platinum Config 1 Power Supply 4
15 CISCO PWR-C1-350WAC-P/2 350W AC 80+ platinum Config 1 Secondary Power Supply 4
16 CISCO CAB-TA-NA North America AC Type A Power Cable 8
17 CISCO C9300L-DNA-1E-48 C9300L Cisco DNA Essentials, 48-port Term license, 1Y term 4
18 CISCO C9300L-DNA-E-48-1Y C9300L Cisco DNA Essentials, 48-port,
1 Year Term licenseService Duration: 12 Months 4
19 CISCO NETWORK-PNP-LIC Network Plug-n-Play Connect for zero-touch device
deployment 4
20 CISCO C9300L-SSD-NONE No SSD Card Selected 4
21 BROCADE BR-G620-24-32G-F-1 G620 24PT 24 32GB SFP 2AC NPSE:
Air-Flow Requirement: Front to back 6
22 BROCADE XBR-R000296 Brocade Rack Mount for Rack 6
23 BROCADE BR-G620-48-32G-F Brocade G620 Fibre Channel Switch:
Air-Flow Requirement: Front to back 2
24 BROCADE XBR-R000296 Brocade Rack Mount for Rack 2
25 BROCADE G620-SVS-4OS-3 3YR ESS 4HR ONSITE SPT G620 4
26 BROCADE G620-SVS-NDP-3 3YR ESS NBD ONLY SPT G620 4
27 N/A SFP-H25G-CU1M-AO 1M Compatible TAA Compliant 25GBase-CU
SFP28 to SFP28 Direct Attach Cable 40
28 N/A SFP-H25G-CU3M-AO 3M Compatible TAA Compliant 25GBase-CU
SFP28 to SFP28 Direct Attach Cable 40
29 N/A SFP-H25G-CU5M-AO 5M Compatible TAA Compliant 25GBase-CU
SFP28 to SFP28 Direct Attach Cable 40
30 N/A QSFP-100GCU1M-AO 1M Compatible TAA Compliant 100GBase-CU
QSFP28 to QSFP28 Direct Attach Cable 30
31 N/A QSFP-100GCU3M-AO 3M Compatible TAA Compliant 100GBase-CU
QSFP28 to QSFP28 Direct Attach Cable 20
32 N/A QSFP-100GCU5M-AO 5M Compatible TAA Compliant 100GBase-CU
QSFP28 to QSFP28 Direct Attach Cable 20
33 N/A QSFP-100GAOC30M-AO 100GBase-AOC QSFP28 to QSFP28
Direct Attach Cable (850nm, MMF, 30m) 6
34 N/A SFP-10GAOC30M-AO 10GBase-AOC SFP+ Active Optical
Cable (850nm, MMF, 30m) 4
4. Technical Contractual Requirements
4.1 Technical Refresh
In order to ensure new design enhancements and technological updates or advances, the contractor shall offer, under this contract, hardware and software components available to the contractor’s commercial customers. Furthermore, the contractor shall make available any commercially available updates to the hardware and software provided under this DO. If such updates are available to other government without charge, then they shall also be made available to the Government without additional charge. The contractor will ship these updates to the government who has acquired the hardware/software being updated under this contract. Vendor commercial product offerings shall include “state of the art” technology, i.e., the most current proven level of development available in each product category.
4.2 Trade Agreement Act (TAA)
All proposed products must be compliant with the Trade Agreements Act of 1979 (TAA) and related clauses in Section I of this contract. In accordance with DFARS 252.225- 7021, the Trade Agreements Certificate at DFARS 252.225-7020 shall be provided for each end item defined and specified in a solicitation that exceeds the TAA threshold subject to the waivers and exceptions provided in FAR 25.4, and DFARS 225.4 offered in response to any RFQ issued under this contract. Please note that Federal Acquisition Regulation (FAR) paragraph 25.103(e) includes an exemption from the Buy American Act (BAA) for acquisition of information technology that is commercial items.
4.3 Authorized Resellers
The contractor may be an authorized reseller of new equipment for OEMs proposed under this contract. The contractor may also procure directly from the OEM or utilize other legitimate distribution channels to provide the required products in accordance with the OEM’s policies on reselling. Any contractor’s channel relationships with their OEM partners (gold, silver, etc.) will be represented in the best pricing offered. If the contractor is not an OEM reseller, the contractor shall clearly identify this on the submitted proposal and list the OEM resell partner’s registered relationship with the OEM. Contract may restrict the use of authorized resellers, specific OEMs, or identify required OEMs. The contractor shall ensure all products are genuine and eligible for any OEM warranties, maintenance agreements and licensing as offered. Genuine products are those products the OEM, by their policy, considers not “secondary”, destroyed, stolen or scrapped.
4.4 Items on Backorder
In their response to a Request for Quote (RFQ), the contractor shall provide notification, if applicable, that a particular item is on backorder, the expected lead-time to fulfill the order, etc. It shall be implicit that a response to an RFQ with no items identified on backorder is a declaration that the items are available at the time of quote submission.
4.5 Warranty
The contractor shall provide any OEM pass through warranty and standard commercial warranties applicable to the products being purchased at no cost.
4.6 Hardware and Associated Software and Peripherals
All hardware delivered under this contract shall include associated software, documentation and associated peripherals required for operations (such as controllers, connectors, cables, drivers, adapters, etc.) as provided by the OEM. This is true only if the applicable OEM provides such items with the product itself.
4.7 Software
For all software that is outside of hardware and purchased independently, the contractor shall provide the software license registered to the customer’s organization.
4.8 Customer Support
The prime contractor shall provide 24x7 live telephone support during the warranty period to assist in isolating, identifying, and repairing software and hardware failures, or to act as liaison with the manufacturer in the event that the customer requires assistance in contacting or dealing with the manufacturer.
4.9 Product Maintenance
The contractor shall provide associated maintenance and upgrades to include spares/parts and emergency support worldwide, during the warranty period.
5. Delivery Requirements
5.1 Contract Shipping Date
This contract requires a delivery date of 1 November 2021. The Government anticipates using a DPAS rating for this requirement.
5.2 Delivery Delays
Contractors are required to meet the timeframes as stated in Section 5.1 unless Department of Commerce approval and/or review activities prevent the contractor from meeting these timeframes. In the event that the contractor determines they are unable to achieve the stated timeframes, the contractor shall notify the Contracting Officer within two (2) business days of such determination.
5.3 Special Asset Tagging
The contractor shall provide special asset tags IAW MIL STD-130, DODI 8320.04, Item Unique Identification (IUID) Standards for Tangible Personal Property and DFARS 252.211-7703, Item Identification and Valuation. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. Below are the components requires special tagging:
**SEE ATTACHED SOO FOR FORMATTED TABLE ON LIST OF PARTS**
Line MFR Part Number Description QTY
1 CISCO N9K-C93180YC-EX Nexus 9300 with 48p 10/25G SFP+
and 6p 100G QSFP28 6
9 CISCO C9300L-48T-4X-1E Fed Only,C9300L 48p Data, Netw Ess,4x10G Uplink 4
21 BROCADE BR-G620-24-32G-F-1 G620 24PT 24 32GB SFP 2AC NPSE:
Air-Flow Requirement: Front to back 6
23 BROCADE BR-G620-48-32 Brocade G620 Fibre Channel Switch:
Air-Flow Requirement: Front to back 2
--------------------------------------------------------------------------------------------------------------------------------------------
Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.
**Please annotate in contractor capabilities statement if delivery date is attainable for 1 Nov 21 for all equipment components listed in paragraph 3, table ordering above.**
NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER
45 CONS is interested in any size business that is capable of meeting this requirement.
Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.
Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.”
As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Responses may be submitted electronically to Contracting Officer, Terry Clark: terry.clark.6@spaceforce.mil. To ensure responses are received, all correspondences submitted to Terry Clark shall be courtesy copied (cc’d) to Contract Specialist, Natalie Wesely: natalie.wesely@us.af.mil. Telephone responses will not be accepted.
Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
RESPONSES ARE DUE NO LATER THAN 1600 EST, 10 Aug 2021.