70--Wireless Controllers and APs

expired opportunity(Expired)
From: Federal Government(Federal)
140A1619Q0076

Basic Details

started - 20 Feb, 2019 (about 5 years ago)

Start Date

20 Feb, 2019 (about 5 years ago)
due - 25 Feb, 2019 (about 5 years ago)

Due Date

25 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
140A1619Q0076

Identifier

140A1619Q0076
Department of the Interior

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64231)BUREAU OF INDIAN AFFAIRS (10030)CENTRAL OFFICE (7333)
[object Object]

SetAside

ISBEE(Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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. The solicitation number is 140A1619Q0076 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 517919 with a small business size standard of $32.50M. This requirement is an [ Indian Small Business Economic Enterprises ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2019-02-25 11:30:00.0 Eastern Time or as otherwise displayed at
href="http://www.FedBid.com" target="_blank">www.FedBid.com. FOB Destination shall be Sells, AZ 85634The Bureau of Indian Affairs requires the following items, Brand Name or Equal, to the following:LI 001: DNA Essentials 3 Year License (Service duration for 36 months, qty 1), 1, EA;LI 002: C9200L DNA Essentials, 48-port, 3 Year Term license (Service duration for 36 months, qty 1), 1, EA;LI 003: C9200L DNA Essentials, 24-port, 3 Year Term license (Service duration for 36 months, qty 9), 9, EA;LI 004: Cisco 3504 Wireless Controller 1 AP Adder License, 13, EA;LI 005: SOLN SUPP 8X5XNBD Catalyst 9200L 48-port PoE+, 4 x 10G, Ne (Service duration for 12 months, qty 1), 1, EA;LI 006: 1000BASE-SX SFP transceiver module, MMF, 850nm, DOM, 2, EA;LI 007: SOLN SUPP 8X5XNBD Catalyst 9500 16-port 10Gig switch, Netw (Service duration for 12 months, qty 1), 1, EA;LI 008: 950W AC Config 4 Power Supply front to back cooling, 1, EA;LI 009: SNTC-8X5XNBD Catalyst 9200L 24-port PoE+, 4 x 10G, Ne (Service duration for 12 months, qty 9), 9, EA;LI 010: 1KW AC Config 5 Power Supply - Secondary Power Supply, 1, EA;LI 011: 1000BASE-T SFP, TAA Compliant., 10, EA;LI 012: Catalyst 9200L 48-port PoE+, 4 x 10G, Network Essentials, 1, EA;LI 013: Catalyst 9500 16-port 10Gig switch, Essentials, 1, EA;LI 014: 600W AC Config 5 Power Supply - Secondary Power Supply, 9, EA;LI 015: 10GBASE-SR SFP Module, 20, EA;LI 016: Catalyst 9200L 24-port PoE+, 4 x 10G, Network Essentials, 9, EA;LI 017: 3504 Wireless Controller Rack Mount Tray, 1, EA;LI 018: SWSS UPGRADES Cisco 3504 Wireless Controller 1 AP Adde (Service duration for 12 months, qty 13), 13, EA;LI 019: SNTC-8X5XNBD Cisco 3504 Wireless Controller (Service duration for 12 months, qty 1), 1, EA;LI 020: Cisco Aironet Mobility Express 2800 Series, 3, EA;LI 021: Cisco 3504 Wireless Controller, 1, EA;LI 022: Cisco Aironet Mobility Express 2800 Series, 1, EA;LI 023: Expedited Delivery (14 day delivery window), 1, EA;Solicitation and Buy Attachments***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or marketplacesupport@unisonglobal.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.Bid MUST be good for 30 calendar days after close of Buy.Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.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 selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.All products purchased from this contractor must be fully warrantable by the original equipment manufacturer (OEM) unless the contractor has clearly identified on their quote an alternative method (e.g. third party) is available or else that no warranty is available for this product. If the Government requires OEM warranty, it is fully the contractorâ€TMs responsibility to work with the OEM to provide that warranty. Contractor-sponsored alterations or attachments to the system shall be made only with the consent of the Government.All delivered products must match the manufacturers and product part numbers as quoted and ordered, unless the Government has been notified and agreed to an equal or better substitution. All components in a customized or built to order system must be supplied to the Government as originally configured and installed by the original manufacturer unless the Government has been notified and agreed to an equal or better substitution.

Sells, AZ 85634 85634 USLocation

Place Of Performance : Sells, AZ 85634 85634 US

Country : United States

You may also like

WIRELESS CONTROLLER

Due: 30 May, 2025 (in 13 months)Agency: OFFICES, BOARDS AND DIVISIONS

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
pscCode 70