Requirement for Cisco Network Switches
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 Bureau of Reclamation (BOR), specifically the Northern California Area Office (NCAO), is soliciting quotes for Cisco Network Switches and Ancillary Items for its Keswick & Trinity facilities, with delivery to Shasta Dam, CA. This is a Total Small Business Set-Aside opportunity. The government intends to award a Firm-Fixed Price Purchase Order. Quotes are due March 16, 2026, at 12:00 PM PST.
Scope of Work
This requirement is for new and unused Cisco network switches and related equipment as detailed in the Pricing Schedule. Products must be capable of transmitting, receiving, processing, forwarding, and storing digital information using both IPv6 and IPv4 protocols. Additionally, all products must comply with the Architectural Barriers Act of 1968 and Section 504 of the Rehabilitation Act of 1973, including ABAAS guidelines.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334112 (Computing Hardware and Software Products for Servers and Converged Appliances), Size Standard: 600 Employees
- Delivery Terms: F.O.B. Destination
- Delivery Location: Bureau of Reclamation (BOR) Shasta Dam, Attn: Anthony Bertain, 16349 Shasta Dam Blvd., Shasta Lake, CA, 96019
- Delivery Time: 90 days after receipt of order (ARO)
- Quote Validity: Quotes must be valid for 30 days from the quote due date.
- Published Date: March 5, 2026
- Questions Due: March 10, 2026, 12:00 PM PST
- Quote Due Date: March 16, 2026, 12:00 PM PST
Submission & Evaluation
Offerors must submit quotes via email to dceledon@usbr.gov. The acquisition will utilize a Lowest Price Technically Acceptable (LPTA) source selection method. Key submission documents include a completed and signed quote pricing schedule, a Buy American Act Certificate, and fully executed offeror representations, certifications, and acknowledgments (FAR 52.212-3). Offerors must also provide a Manufacturer's Authorization Form (MAF) from Cisco.
Additional Notes
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-06 (10/01/2025). Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). The Buy American Act Certificate is a critical component for compliance, requiring offerors to certify domestic end products or list foreign end products with their country of origin and domestic content percentage.