To place a bid or register go to Unison Marketplace

View Details for Buy # 1076479

General Buy Information

Buy #: 1076479  
Solicitation #: N0018921QZ354
Buy Description: Cisco FirePower
Category: 7A -- IT AND TELECOM - APPLICATIONS
Sub Category: 7A20 -- IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE)
NAICS: 334111 -- Electronic Computer Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: No Set-Aside Restriction
Buyer: FLC Norfolk - Philadelphia
End Date: 08/13/2021
End Time: 11:30 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 L-ASA5525-TAM= (Cisco ASA5525 FirePOWER IPS, Apps and AMP Licenses) 6 EA
002 L-ASA5525-TAM-1Y (Cisco ASA5525 FirePOWER IPS and AMP 1YR Subs. Service Duration: 12 Months) 6 EA
003 FP-VMW-TAM-LIC= (Cisco FirePOWER Virtual IPS, Apps and AMP Service License) 6 EA
004 FP-VMW-TAM-1Y (Cisco FirePOWER Virtual Threat, Apps and AMP 1YR )Subsription 6 EA
005 FP-VMW-TAMC-LIC= (Cisco FirePOWER Virtual IPS, Apps, AMP and URL Svc Licenses) 2 EA
006 FP-VMW-TAMC-1Y (Cisco FirePOWER Virtual IPS, Apps, AMP and URL 1YR Svc Subs) 2 EA
007 L-ASA5525-TAMC= (Cisco ASA5525 FirePOWER IPS, Apps, AMP and URL Licenses) 2 EA
008 L-ASA5525-TAMC-1Y (Cisco ASA5525 FirePOWER IPS, AMP and URL 1YR SubsService Duration: 12 Months) 2 EA

Bidding Requirements

Instructions
Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP V contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP V contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP V contracts is available at http://www.sewp.nasa.gov. The Seller must include the SEWP Agency Handling Fee (AHF) in their line item pricing in accordance with SEWP guidelines. The Unison Marketplace Fee will be calculated based solely on the price of the goods included in the Seller's bid. The portion of the pricing (.39%) that corresponds with the SEWP AHF will be excluded from the Unison Marketplace Fee calculations.
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The Buyer requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
There is no Set-Aside restriction for this Buy.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
NAICS The NAICS code is ___334111___ and the Small Business Standard is __1250_.
FOB Destination FAR 52.247-34, F.o.b. Destination applies
52.212-2 52.212-2 Evaluation - Commercial Items.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial bids allowed No partial shipments are permitted unless specifically authorized at the time of award.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
ORCA Registration FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.
252.212-7001 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items
252.211-7003 252.211-7003 Item Identification & Valuation (AUG 2008)
252.211-7003 Alt 1 252.211-7003 Alt 1 Item Identification & Valuation (AUG 2008) - Alt I
252.232-7010 252.232-7010 Levies on Contract Payments (DEC 2006)
5252.232-9402 5252.232-9402 Wide Area Workflow (WAWF)
252.204-7003 Control of Government Personnel Work Product (April 1992)
252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
252.225-7001 Buy American Act & Balance of Payments (Oct 2011)
Miscellaneous The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm

Shipping Information

City State   Zip Code
Suffolk VA   23435

Seller Attachment(s): Required

For a successful bid please attach certification showing that you are an authorized CISCO reseller, a quote with prices for each line item and the additional clauses document (attached) with the appropriate boxes checked.

Buy Attachment(s)

No. Document Name   Document Size
001 RFQ_N0018921QZ354.pdf   971 KB
002 EFO.pdf   1,001 KB
003 Additional_Clauses.pdf   474 KB