Washington Bids > Bid Detail

Cisco IP Phones

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • 75 - Office Supplies and Devices
Opps ID: NBD00159931611507807
Posted Date: Mar 30, 2023
Due Date: Apr 14, 2023
Solicitation No: 47QSEA-23-Q-0158
Source: https://sam.gov/opp/1a3642f7f9...
Follow
Cisco IP Phones
Active
Contract Opportunity
Notice ID
47QSEA-23-Q-0158
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
FEDERAL ACQUISITION SERVICE
Office
GSA/FAS ADMIN SVCS ACQUISITION BR(2
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 30, 2023 04:36 pm EDT
  • Original Date Offers Due: Apr 14, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7510 - OFFICE SUPPLIES
  • NAICS Code:
    • 334111 - Electronic Computer Manufacturing
  • Place of Performance:
    WA 98345
    USA
Description

This one-time buy is pursuant to the award for the following P/Ns:



P/N Description QTY

A-FLEX-PUBLICSECT Flex Public Sector (12 months) 1

SVS-FLEX-SUPT-BAS Basic Support for Flex Plan 1

A-FLEX-NUPL1 NU On-Premises Calling Tier 1 (1) 1

A-FLEX-ADD-ER NU Emergency Responder Add-on 80

A-FLEX-TMS-250USR TMS 250 System License (1) – User 1

A-FLEX-TMS-API TMS Integration API with Microsoft Exchange (1) – User 1

A-FLEX-TMS-SN TMS Serial Number (1) – User 1

A-FLEX-EXP-GW Enable GW Feature (H323-SIP) (1) – User 4

A-FLEX-EXP-E Enable Expressway-E Feature Set (1) – User 2

A-FLEX-EXP-TURN 1800 TURN Relay Option (1) – User 2

A-FLEX-EXP-AN Enable Advanced Networking Option (1) – User 2

A-FLEX-EXP-SERIES Enable Expressway Series Feature Set (1) – User 4

A-FLEX-JABBER Jabber (1) User 1

A-FLEX-P-PLMENC-K9 Unified Communications Manager Encryption License (1) – User 1

A-FLEX-P-UCM-11X Unified Communications Manager v11 License (1) – User 1

A-FLEX-P-UCXN-11X Unity Connection v11 License (1) – User 1

A-FLEX-P-ER-11X Emergency Responder v11 License (1) – User 80

A-FLEX-TMS-PAK TMS Product Authorization Key (1) – User 1

A-FLEX-EXP-PAK Expressway Product Authorization Key (1) – User 1

A-FLEX-EXP-KEY Expressway Release Key (1) – User 4

A-FLEX-UCM-PAK UCM Product Authorization Key (1) – User 1

A-FLEX-SW-11X-K9 On-Premises & Partner Hosted Calling SW Bundle v11 (1) – User 1

A-FLEX-ER-11X-K9 Emergency Responder SW Bundle v11 (1) – User 1

A-FLEX-3 Collaboration Flex Plan 3.0 (36 months) 1

SVS-FLEX-SUPT-BAS Basic Support for Flex Plan - Each 1

A-FLEX-PL-VM On Premises Unity Connection Add-on – Each 80

A-FLEX-PLMENC-K9 Unified Communications Manager Encryption License (1) - User 1

A-FLEX-P-UCXN11 Unity Connection v11 License (1) – User 80

A-FLEX-UCM-PAK UCM Product Authorization Key (1) – User 1

A-FLEX-SW-11.5-K9 On-Premises & Partner Hosted Calling SW Bundle v11.5 (1) – User 1

CP-8811-K9++= Cisco IP Phone 8811 for TAA 60

CON-SNT-P8GK91G0 Cisco IP Phone 8811SNTC-8X5XNBD Service Duration: 12 Months 60







This is a set-aside for 100% small business under NAICS Code 334111. Technical specifications include that quoted part number is Brand Name or Equal to the requested part numbers and compliant to markings and delivery schedule. Also, vendor must acknowledge, mark order as shipped, and provide tracking information through vendor portal or EDI. Quoted part number must be brand name or equal to the part numbers listed above to be considered for award. Refurbished items will not be considered. Items are subject to review by the Northeast and Caribbean Supply & Acquisition Technical Branch and customer prior to award. It will be awarded using the evaluation criteria of lowest price technically acceptable (LPTA) with FOB Destination pricing, marked in accordance with Military Standard 129R, and delivered within 30 days.



FOB Destination to the following address:



NUWC Division Keyport



Naval Sea Logistics Center



610 Dowell Street, BLDG 893



Keyport, WA 98345-7610





Award is subject to the terms and conditions of the RFQ document, including but not limited to the following:




  1. MIL STD 129R signed and return the Vendor Self-Certification is required.

  2. A copy of your item specification sheet is required.

  3. Letter of Supply is required.

  4. Quote and Worksheet to include your quote price, ARO, MAS price (if applicable), and Commercial Price is required.

  5. Items must be brand new - refurbished items will not be considered.



Please see attached Terms and Conditions for applicable clauses for this one-time buy.



Please fill out the attached Vendor Quote Worksheet to submit your quote.



Please email the signed MIL STD 129 form and Vendor Quote Worksheet, a copy of the item specification sheet, and Letter of Supply to the Contract Specialist, Emily Walker, at emily.walker@gsa.gov with the subject line “47QSEA23Q0158 - Cisco IP Phones” no later than 14 April 2023 4:00 PM EST.




Attachments/Links
Contact Information
Contracting Office Address
  • ONE WORLD TRADE CENTER MS55R09
  • NEW YORK , NY 10007
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 30, 2023 04:36 pm EDTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >