7B--Requirement for addition of Cisco Network switches and peripheral hardware at Keswick and Trinity facilities.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, Bureau of Reclamation issued a solicitation for Cisco Network switches and peripheral hardware for its Keswick and Trinity facilities. This was a Firm-Fixed Price Purchase Order set aside for Total Small Business concerns. The quote due date was March 16, 2026, and has passed.
Scope of Work
The requirement included new and unused Cisco network switches and related equipment capable of handling IPv6 and IPv4 protocols. Offerors were required to provide a Manufacturer's Authorization Form (MAF) from Cisco and ensure products complied with the Architectural Barriers Act of 1968 and Section 504 of the Rehabilitation Act of 1973 (ABAAS guidelines).
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order
- Delivery Terms: F.O.B. Destination
- Delivery Location: Bureau of Reclamation (BOR) Shasta Dam, 16349 Shasta Dam Blvd., Shasta Lake, CA, 96019
- Delivery Time: 90 days after receipt of order (ARO)
- Quote Validity: 30 days from the quote due date
- Quote Due Date: March 16, 2026, 12:00 PM PST (Passed)
- Questions Due: March 10, 2026, 12:00 PM PST (Passed)
Submission & Evaluation
Quotes were to be submitted via email to dceledon@usbr.gov. The evaluation method was Lowest Price Technically Acceptable (LPTA). Key submission documents included a completed and signed quote pricing schedule, a Buy American Act Certificate, and fully executed offeror representations, certifications, and acknowledgments (FAR 52.212-3).
Eligibility / Set-Aside
This acquisition was 100 percent set-aside for Small Business concerns only. Large businesses were not eligible to submit quotes. The applicable NAICS Code was 334112 with a size standard of 600 employees.
Additional Notes
The solicitation incorporated provisions and clauses in effect through Federal Acquisition Circular 2025-06 (dated 10/01/2025). Payment requests are required to be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).