E-Rate Basic Maint. & Tech. Support for Int. Connections

E-Rate Basic Maint. & Tech. Support for Int. Connections

E RFP8-16-17

E-RATE BASIC MAINT. & TECH. SUPPORT FOR INT. CONNECTIONS

SANTA CLARA COUNTY OFFICE OF EDUCATION

TABLE OF CONTENTS

FOR

E-RATE BASIC MAINTENANCE AND TECHNICAL SUPPORT

FOR INTERNAL CONNECTIONS

FOR

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. Instructions and ConditionsPages 2 - 6

2. Specifications & Bid FormPages 7 - 13

3. Attachments

a) Affirmative Action

b) Nondiscrimination by Supplier

c) Bidding Questionnaire

d) Workers Compensation

e) Sub-Contractors List

f) Non-collusion Declaration

Forms also available at

NOTE: The Table of Contents and all items listed are to be made a part of the above referenced bid.

______

Nada Cavigliano

Senior Buyer

INSTRUCTIONS AND CONDITIONS

FOR

E-RATE BASIC MAINTENANCE AND TECHNICAL SUPPORT

FOR INTERNAL CONNECTIONS

FOR

SANTA CLARA COUNTY OFFICE OF EDUCATION

NOTICE IS HEREBY GIVEN that the Santa Clara County Office of Education, San Jose, California, hereinafter referred to as the Owner, will receive up to, but no later than, April14, 2016 at3:00 p.m., sealed bids for the award of a contract(s) for:

E-RATE BASIC MAINTENANCE AND TECHNICAL SUPPORT

FOR INTERNAL CONNECTIONS - SCCOE

The Owner reserves the right to reject any or all bids, to waive any informality in the bidding process, to award on section-by-section or total basis, and to be the sole judge of whether an item bid is equivalent to the requested item and meets the needs of this office.

CONTACT

Any questions regarding bidding procedures should be directed to Nada Cavigliano, Senior Buyer, at (408) 453-6920 or email, .

Any technical questions regarding this bid should be directed to Steve Mitome, at (408) 453-6857 or email .

PREPARATION OF BID FORM

Please prepare your bids on the form attached to be submitted at such time and place as is stated in the notice to Vendors calling for bids. All blanks in the Bid Form must be appropriately filled in, and all prices must be stated in words and figures. All bids submitted must be in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that his bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened.

BRAND NAMES AND NUMBERS

1.Brand names and numbers when given in Specifications are for reference. Bids on equivalent items will be considered provided the bid clearly describes the article offered and it is equivalent in quality and utility.

2.State brand and model on each item. If bidding other than the make, model, or brand specified in the Specifications, state the item offered by the manufacturer’s name and model number. Unless the bidder clearly indicated in his bid that he is offering an “equal” product, his bid shall be considered as offering the brand name product referenced in the invitation for bids.

BID SEPARATELY

Bid on each item separately. Prices should be stated in units specified in Specifications. If standard packaging is not consistent with bid, so indicate on Specifications.

SIGNING OF BIDS

The signature of all persons signing shall be in longhand and executed by principal duly authorized to make contracts. The bidder’s legal name shall be fully stated. Obligations assumed by such signature must be fulfilled.

NO BID

If you are unable to bid, please return the bid and/or Bidding Questionnaire stating reason; otherwise, your name may be removed from our bid list.

TAXES, CHARGES, AND EXTRAS

1.Unless otherwise definitely specified, the prices quoted herein do not include Sales Tax, Use Tax, or other taxes.

2.No charge for delivery, drayage, express, parcel post, packing, cartage, insurance, licensefees, permits, cost of bonds, or any other purpose, except taxes legally payable by the Santa Clara County Office of Education.

3.The Santa Clara County Office of Education does not pay Federal Excise Taxes. Do not include these taxes in your bid price; however do indicate on the bid the amount of any such tax. The Santa Clara County Office of Education will sign an Exemption Certificate in lieu of such tax.

QUALIFICATIONS

All bidders may be required to furnish evidence of their technical ability, experience, and financial responsibility. No bid will be accepted from, or a contract awarded to, any party or firm in arrears to the Santa Clara County Office of Education, or who is a defaulter as surety, vendor or otherwise within the past twelve (12) months.

AWARD OF CONTRACT

1.Bids will be evaluated on basis of price, compliance to specifications, and delivery date.

2.A written purchase order mailed or otherwise furnished to the successful bidder within the time for acceptance specified, results in a binding contract without further action by either party. The contract shall be interpreted, construed, and given effect in all respects according to the laws of the State of California.

3.The Owner reserves the right to reject any or all bids, to waive any informality in the bidding process, to award on a section-by-section or total basis, and to be the sole judge of whether an item bid is equivalent to the requested item and meets the needs of this office.

ALTERATION OR VARIATION OF TERMS

It is mutually understood and agreed that no alteration or variation of the terms of this bid or purchase order shall be valid unless made or confirmed in writing and signed by the parties hereto, and that no oral understanding or agreements not incorporated herein, and no alterations or variations of the terms hereof unless made or confirmed in writing between the parties hereto shall be binding on any of the parties hereto.

ASSIGNABILITY

A contract is not assignable by vendor either in whole or in part. The contract shall extend to and be binding upon and inure to the benefit of the heirs, executors, administrators, successors, and assigns of the respective parties hereto.

WARRANTY

Vendor warrants to the Owner and/or its customer that the goods and/or services covered by this order will conform to the specifications, samples, description, and time provisions furnished by the Owner and will be of first class material and workmanship and free from defects; and the Owner reserves the right to cancel the unfilled portion of this order without liability to vendor for breach of this warranty. Goods will be received subject to inspection and acceptance at destination by the Owner and risk of loss before acceptance shall be on vendor. Defective goods rejected by the Owner may without prejudice to any other legal remedy, be held at vendor’s risk and returned at vendor’s expense. Defects are not waived by acceptance of goods or by failure to notify vendor thereof.

The vendor shall warrant that all materials and workmanship shall be the quality, quantity and character specified and shown, and that any defect due to the use of any improper workmanship or materials discovered and made known to vendor within one (1) year from the filing of the Notice of Completion shall be made good by vendor without additional expense to the Owner.

COMPLIANCE WITH STATUTE

Vendor hereby warrants that all applicable Federal and State statutes and regulations and/or local ordinances will be complied with in connection with the sale and delivery of the property furnished.

RIGHTS & REMEDIES FOR DEFAULT

  1. In the event any item furnished by the vendor in the performance of the contract or purchase order shall fail to conform to the specifications thereof, or the same submitted by the vendor with his bid, the Owner may reject the same, and it shall thereupon become the duty of the vendor to reclaim and remove the same forthwith, without expense to the Owner, and immediately to replace all such rejected items with others conforming to such specifications or samples; providing that should the vendor fail, neglect, or refuse to do so the Owner shall thereupon have the right to purchase in the open market, in lieu thereof, a corresponding quantity of any such items to deduct from any moneys due to that, may thereafter become due the vendor the difference between the prices named in the contract or purchase order and the actual cost thereof to the Owner. In the event the vendor shall fail to make prompt delivery as specified of any item, the same condition as to the rights of the Owner to purchase in the open market and to reimbursement set forth above shall apply, except when delivery is delayed by fire, strike, freight embargo, or Act of God, or the government.

2.Cost of inspection of materials and/or services provided which do not meet specifications will be at the expense of the vendor.

3.The rights and remedies of the Owner provided above shall be exclusive and are in addition to any other rights and remedies provided by the law or under the contract.

PRICE, TERMS, AND CONDITIONS

Price, terms, and conditions of this bid are considered valid for ninety (90) days, from date of bid opening, unless the offering party in writing allows for a longer period of time.

1.Any cash discounts given to the Owner must be so stated on the bid.

2.Prompt payment discounts offered for payment within less than thirty (30) calendar days will not be considered in evaluating offers for award. However, offered discounts of less than thirty (30) days will be taken if payment is made within the discount period, even though not considered in the evaluation of offers.

3.In connection with any discount offered, time will be computed from date of complete delivery of the supplies or equipment as specified, or from date correct invoices are received, if the latter is later than the date of delivery. Payment is deemed to be made for the purpose of earning the discount on the date of mailing the warrant or check.

MODIFICATIONS

Changes in or additions to the Bid Form, recapitulations of the work bid upon alternative proposals, or any other modifications of the Bid Form which is not specifically called for in the contract documents may result in the rejection of the bid as not being responsive to the bid. No oral or telephonic modification of any bid submitted will be considered, and a telegraphic modification may be considered only if the postmark evidences that a confirmation of the telegram duly signed by the bidder was placed in the mail prior to the bid opening.

ERASURES

The bid submitted must not contain any erasures, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the initials of the persons signing the bid.

WITHDRAWAL OF BID

Bidders may withdraw their bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids.

INTERPRETATION OF DOCUMENTS

If a bidder for the proposed contract is in doubt as to the meaning of any part of the specifications, or other contract documents, or finds discrepancies in, or omissions from specifications, bidder may submit to the Purchasing Manager a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract documents. No oral interpretation of any provision in the contract documents will be made to any bidder.

BIDDERS INTERESTED IN MORE THAN ONE BID

No person, firm, or corporation shall be allowed to make, or file, or be interested in more that one bid for the same work unless alternate bids are specifically called for. A person, firm, or corporation that has submitted a sub-proposal to a bidder, or that has quoted prices or materials to a bidder, in not

thereby disqualified from submitting a sub-proposal or quoting prices to other bidders or making a prime proposal.

EVIDENCE OF RESPONSIBILITY

Upon the request of the Owner, a bidder whose bid is under consideration for award shall submit promptly to the Owner’s satisfaction evidence showing the bidder’s financial resources, experience, and organization for the performance of the contract.

SUBMISSION OF BIDS TO PUBLIC PURCHASING BODY; AGREEMENT TO ASSIGN

In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

AFFIRMATIVE ACTION

1.The bidder shall comply with the Owner’s Affirmative Action Employment Program adopted by the Board of Education on January 13, 1976, especially section 12, Contract Compliance (a copy of the section attached hereto).

2.A complete copy of the Affirmative Action Employment Program may be requested through the Purchasing Unit, General Services Department, Santa Clara County Office of Education, 1290 Ridder Park Drive, San Jose, California 95131-2398.

3.The bidder shall sign the enclosed “Certification of Nondiscrimination by Supplier” form and submit it with the bid.

BIDDING QUESTIONNAIRE

If you decide not to bid, please return “Bidding Questionnaire” indicating reason. Failure to respond may result in your company being removed from our bid list.

SPECIFICATIONS and BID FORM

FOR

E-RATE BASIC MAINTENANCE AND TECHNICAL SUPPORT

FOR INTERNAL CONNECTIONS

FOR

SANTA CLARA COUNTY OFFICE OF EDUCATION

SCOPE

The SCCOE is seeking to purchase basic maintenance and technical support coverage for its eligible internal connections located at the SCCOE and school site locations in Santa Clara County. Coverage to internal connections equipment will maintain operational health of equipment through access to technical support, support for configuration changes, ongoing updates and upgrades of operating system software, and advanced replacement of eligible equipment. Coverage equivalent to Cisco SMARTnet 8x5xNBD.Coverage equivalent to Cisco ESS SW and SWSS for VoIP Systems.

Coverage: 07/01/2016 thru 6/30/2017.

The FCC Sixth Report and Order deems unbundled warranties ineligible for support beginning

with FY2011.

Prospective vendors shall provide quotation for:

  1. E-Rate eligible maintenance equivalent to CiscoBase for existing internal connections identified.
  2. Non-E-Rate eligible costs to upgrade CiscoBase to provide maintenance equivalent to that of the Cisco Smartnet identified for existing internal connections.
  3. Non-E-Rate eligible costs to provide maintenance equivalent to that of the Cisco Smartnet identified for Non-E-rate eligible equipment.

NOTE: does not apply to “Cisco Unified Communications Software Subscription” section.

Vendor must be authorized and registered with the USAC (Universal Service Administrative Company) with valid SPIN and up-to-date Form 498 at time of services rendered.

BASE BID

TO:THE SANTA CLARA COUNTY OFFICE OF EDUCATION

Pursuant and in compliance with your Instructions and Conditions and all other documents relating thereto, the undersigned offered, having familiarized himself with the terms of the contract, the local conditions affecting the performance of the contract, the cost of the work at the place where the work is being done, and with the specifications and other contract documents, hereby proposed and agrees to perform within the time stipulated, in contract, including all of its component parts, and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expandable equipment, and all utility and transportation services necessary to perform all of the work required in connection with E RFP8-16-17 all in strict conformity with the specifications and other contract documents, including addenda nos. _ , and , on file at the Office of the Purchasing Manager of the Santa Clara County Office of Education.

EQUIPMENT TO BE COVERED BY BASIC MAINTENANCE AND TECHNICAL SUPPORT CONTRACT(S)

In compliance with “Instructions and Conditions” and “Specifications” which we acknowledge to have reviewed and understand, we submit our quote for the sums of:

24x7x4 Service (SNTP)

Products / Serial Number / Description / Qty / Price of Coverage
N7K-C7009-B2S2E-R / JAF1704ATQC / Nexus7009 Bundle(Chassis,2xSUP2E,5xFAB2),No Power Supplies / 1
CON-SNTP-N7K-C7009 / SMARTNET 24X7X4 Nexus7009 Bundle / 1
DCNM-N7K-K9-SBUN / DCNM for LAN Enterprise License for one Nexus 7000 Chassis / 1
CON-SAU-N7DCNMSB / SW APP SUPP + UPGR DCNM for LAN Enterpr / 1
N7K-SUP2E / JAF1736AKSD
JAF1736AKRG / Nexus 7000 - Supervisor 2 Enhanced,Includes 8GB USB Flash / 1
N7K-F248XP-25E / JAF1737ACJG
JAF1737ABPT / Nexus 7000 F2-Series 48 Port 1/10G (SFP+) Enhanced / 1
N7K-F348XP-25E= / JAE19150A52 / Nexus 7000 F3-series 48 Port 10GbE (SFP+) / 1
N7K-M148GT-11L / JAF1734AGSN / Nexus 7000 - 48 Port 10/100/1000 Module with XL option / 1
N7K-C7009-FAB-2 / JAF1736ARFC
JAF1736ALHC
JAF1728AJHP
JAF1733BGLS
JAF1735ARMS / Nexus 7000 - 9 Slot Chassis - 110Gbps/Slot Fabric Module / 5
N7K-AC-7.5KW-US / DTM1737000B
DTM173702CF / Nexus 7000 - 7.5KW AC Power Supply Module US (cable included / 2
UCS-SP-PERF-B200M3 / FCH17307D07
FCH17307CZ9
FCH17307CWF
FCH17307D21 / (Not a standalone SKU) B200M3 w/2xE5-2680,256GB,1240 VIC / 4
CON-SNTP-SPRFB200 / Smart Play B200 M3 Server / 4
UCS-SP-INFRA-CHSS / FOX1724G9JY / UCS SP BASE 5108 Blade Svr AC Chassis / 1
CON-SNTP-SPINFRAC / SMARTNET 24X7X4 UCS SP BASE 5108 Bla / 1
UCS-SP-INFRA-FI96 / FOX1721GL56
FOX1723GS7K / UCS 6296UP BUN 2RU Fabric Int /18p LIC / 2
CON-SNTP-SPINFI96 / SMARTNET 24X7X4 UCS 6296UP BUN 2RU F / 2
N2K-C2232PF-10GE / SSI17230HT5
SSI172400VA / Nexus 2232PP with 16 FET (2 AC PS, 1 FAN (Std Airflow)) / 2
CON-SNTP-N2232F / SMARTNET 24X7X4 Nexus 2232PP with 16 FET / 2
UCSB-B420-M3-U / FCH1727JU86
FCH1727JUCL / UCS B420 M3 Blade Server w/o CPU, memory, HDD, mLOM (UPG) / 2
CON-SNTP-B420M3U / SMARTNET 24X7X4 UCS B420 M3 Server / 2
WS-C6509-E / SMG1213N08T / Catalyst 6500 Enhanced 9-slot chassis 15RU no PS no Fan Tray / 1
WS-C6509-E / SMG1214N1BZ / Catalyst 6500 Enhanced 9-slot chassis 15RU no PS no Fan Tray / 1
7206VXRG1/2+VPNK9 / 72961261 / 7206VXR NPE-G1 VAM2+ AC pwr 512 sys mem SDM / 1
UCS-EZ-B230-E7256 / FCH16197K4X / 1
UCS-SP4-ENTV-B230 / FCH16217K73 / 1
UCS-SP4-ENTV-B230 / FCH16217KD9 / 1
UCS-EZ-B230-E7256 / FCH16217KGX / 1
UCS-SP4-ENTV-B230 / FCH16217KLT / 1
Products / Serial Number / Description / Qty / Price of Coverage
UCS-SP4-ENTV-B230 / FCH1623713K / 1
ASR1006 / FOX1333G5EN / Cisco ASR1006 Chassis, Dual P/S / 1
ASR1006-PWR-AC / ART1334Q02M / Cisco ASR1006 AC Power Supply / 1
ASR1006-PWR-AC / ART1334Q02N / Cisco ASR1006 AC Power Supply / 1
ASR1000-ESP20 / JAE1338JO0B / Cisco ASR1000 Embedded Services Processor, 20GB, Crypto / 1
ASR1000-RP1 / JAE1335HPG4 / Cisco ASR1000 Route Processor 1, 2GB RAM / 1
N5K-C5020P-LAB-S / SSI14160L9H / Nexus 5020 Solutions Kit Unified Fabric / 1
N5K-C5020P-LAB-S / SSI14030EKY / Nexus 5020 Solutions Kit Unified Fabric / 1
ASR1013-SB / FOX1531H5BK / Cisco ASR1013 Chassis Dual P/S I/O Bundle / 1
M-ASR1K-RP2-8GB / Cisco ASR1000 RP2 8GB DRAM / 1
ASR1000-SPA / SPA for ASR1000; No Physical Part; For Tracking Only / 3
ASR1000-SPA / SPA for ASR1000; No Physical Part; For Tracking Only / 1
M-ASR1K-HDD-80GB / Cisco ASR1000 RP2 80GB HDD / 1
ASR1000-SPA / SPA for ASR1000; No Physical Part; For Tracking Only / 1
SASR1R2-AISK9-35S / Cisco ASR 1000 Series RP2 ADVANCED IP SERVICES / 1
M-ASR1K-RP2-8GB / Cisco ASR1000 RP2 8GB DRAM / 1
M-ASR1K-HDD-80GB / Cisco ASR1000 RP2 80GB HDD / 1
ASR1000-RP2 / JAE16250MFY / Cisco ASR1000 Route Processor 2 8GB DRAM / 1
ASR1000-RP2 / JAE16260ACP / Cisco ASR1000 Route Processor 2 8GB DRAM / 1
SPA-8X1GE-V2EP / SAL1620CV9V / Cisco 8-Port Gigabit Ethernet Shared Port Adapter EP Bundle / 1
SPA-1X10GE-L-V2EP / SAL1626F6MC / Cisco 1-Port 10GE LAN-PHY Shared Port Adapter EP Bundle / 1
SPA-1X10GE-L-V2EP / SAL1649TLJA / Cisco 1-Port 10GE LAN-PHY Shared Port Adapter EP Bundle / 1
SPA-1X10GE-L-V2EP / SAL1626F6MN / Cisco 1-Port 10GE LAN-PHY Shared Port Adapter EP Bundle / 1
SPA-1X10GE-L-V2EP / SAL1626F6QL / Cisco 1-Port 10GE LAN-PHY Shared Port Adapter EP Bundle / 1
ASR1000-ESP40 / JAE16260DZD / Cisco ASR1000 Embedded Services Processor 40G / 1
ASR1000-ESP40 / JAE16260DZO / Cisco ASR1000 Embedded Services Processor 40G / 1
ASR1013/06-PWR-DC / QCS1627R02E / Cisco ASR1000 1600w DC Power Supply / 1
ASR1013/06-PWR-DC / QCS1627R00Y / Cisco ASR1000 1600w DC Power Supply / 1
ASR1013/06-PWR-DC / QCS1627R02F / Cisco ASR1000 1600w DC Power Supply / 1
ASR1013/06-PWR-DC / QCS1627R01D / Cisco ASR1000 1600w DC Power Supply / 1
ASR1000-SIP40-SB / JAE162709OX / Cisco ASR1000 SPA Interface Processor 40 I/O Bundle / 1
ASR1000-SIP40-SB / JAE162709ME / Cisco ASR1000 SPA Interface Processor 40 I/O Bundle / 1
ASR1000-SIP40-SB / JAE162709NU / Cisco ASR1000 SPA Interface Processor 40 I/O Bundle / 1
Products / Serial Number / Description / Qty / Price of Coverage
N5K-C5548P-FA / SSI15510E6S / Nexus 5548P 1RU Chassis 2 PS 2 Fan 32 Fixed 10GE Ports / 1
N55-PAC-750W / POG16177T74 / Nexus 5500 PS 750W Front to Back Airflow(Port-Side Outlet) / 1
N55-PAC-750W / POG16177TYD / Nexus 5500 PS 750W Front to Back Airflow(Port-Side Outlet) / 1
N55-D160L3-V2 / FOC16196QBD / Nexus 5548 Layer 3 Daughter Card Version 2 / 1
N5548P-FAN / SSI16120654 / Nexus 5548P and 5548UP Fan Module Front to Back Airflow / 1
N5548P-FAN / SSI1612074A / Nexus 5548P and 5548UP Fan Module Front to Back Airflow / 1
CAB-9K12A-NA / Power Cord 125VAC 13A NEMA 5-15 Plug North America / 2
N55-M-BLNK / Nexus 5500 Module Blank Cover / 1
N5548-ACC-KIT / Nexus 5548 Chassis Accessory Kit / 1
N5KUK9-513N2.1 / Nexus 5000 Base OS Software Rel 5.1(3)N2(1) / 1
N5K-C5548P-FA / SSI15510LES / Nexus 5548P 1RU Chassis 2 PS 2 Fan 32 Fixed 10GE Ports / 1
N55-PAC-750W / POG16147TZ2 / Nexus 5500 PS 750W Front to Back Airflow(Port-Side Outlet) / 1
N55-PAC-750W / POG16107TM1 / Nexus 5500 PS 750W Front to Back Airflow(Port-Side Outlet) / 1
N55-D160L3-V2 / FOC16196Q8K / Nexus 5548 Layer 3 Daughter Card Version 2 / 1
N5548P-FAN / SSI161203HL / Nexus 5548P and 5548UP Fan Module Front to Back Airflow / 1
N5548P-FAN / SSI16060F77 / Nexus 5548P and 5548UP Fan Module Front to Back Airflow / 1
CAB-9K12A-NA / Power Cord 125VAC 13A NEMA 5-15 Plug North America / 2
N55-M-BLNK / Nexus 5500 Module Blank Cover / 1
N5548-ACC-KIT / Nexus 5548 Chassis Accessory Kit / 1
N5KUK9-513N2.1 / Nexus 5000 Base OS Software Rel 5.1(3)N2(1) / 1
N20-B6625-1= / QCI1422AA6F / UCS B200 M2 Blade Server w/o CPU memory HDD mezzanine / 1
N20-B6625-1= / QCI1422AA0B / UCS B200 M2 Blade Server w/o CPU memory HDD mezzanine / 1
N20-B6625-2-UPG / QCI1438A42X / UCS B250 M2 Blade Server w/o CPU memory HDD mezzanine / 1
N20-C6508 / FOX1344G4PK / UCS 5108 Blade Svr AC Chassis/0 PSU/8 fans/0 fabric extender / 1
ASR1013-SB / FOX1531H5BK / 1
UCS-SP-INFRA-CHSS / FOX1601G7HJ / 1
N5K-C5548P-FA / SSI15510E6S / 1
N5K-C5548P-FA / SSI15510LES / 1
N2232PP-FA-BUN / SSI160700VW / 1
N2232PP-FA-BUN / SSI161003VY / 1
N2232PP-FA-BUN / SSI1611049X / 1
N2232PP-FA-BUN / SSI161104A1 / 1
N2232PP-FA-BUN / SSI161104A6 / 1
N2232PP-FA-BUN / SSI161104AC / 1
Products / Serial Number / Description / Qty / Price of Coverage
UCS-SP-INFRA-FI / SSI16110G6B / 1
UCS-SP-INFRA-FI / SSI161404YZ / 1
N20-PAC5-2500W= / DTM1616015S / 2500W AC power supply unit for UCS 5108 / 1
N20-I6584 / QCI140101ZU / UCS 2104XP Fabric Extender/4 external 10Gb ports / 1
N20-I6584 / QCI1401021S / UCS 2104XP Fabric Extender/4 external 10Gb ports / 1
N20-PAC5-2500W / DTM1342005G / 2500W AC power supply unit for UCS 5108 / 1
N01-UAC1 / FOX1342GFDR / Single phase AC power module for UCS 5108 / 1
N20-FW002 / UCS 5108 Blade Server Chassis FW package / 1
N20-X00001 / N3932025A1794 / 2.93GHz Xeon X5570 95W CPU/8MB cache/DDR3 1333MHz / 1
A02-MEMEXPAND / Memory Expansion License required for 193GB or greater / 1
N20-X00001 / N3932025A1253 / 2.93GHz Xeon X5570 95W CPU/8MB cache/DDR3 1333MHz / 1
N20-X00001 / 2L935622A0439 / 2.93GHz Xeon X5570 95W CPU/8MB cache/DDR3 1333MHz / 1
N20-X00001 / 2L935622A0436 / 2.93GHz Xeon X5570 95W CPU/8MB cache/DDR3 1333MHz / 1
A02-M308GB1-2= / CF14212JTH / 8GB DDR3-1333MHz RDIMM/PC3-10600/2x4GB 2R Kit / 1
A02-MEMEXPAND / Memory Expansion License required for 193GB or greater / 1
N20-AQ0002 / QCI135201QC / UCS M71KR-Q QLogic Converged Network Adapter/PCIe/2port 10Gb / 1
N20-AQ0002 / QCI135201R2 / UCS M71KR-Q QLogic Converged Network Adapter/PCIe/2port 10Gb / 1
A03-D146GA2 / 3SD14KKD / ^146GB 6Gb SAS 10K RPM SFF HDD/hot plug/drive sled mounted / 1
A03-D146GA2 / 3SD127H4 / ^146GB 6Gb SAS 10K RPM SFF HDD/hot plug/drive sled mounted / 1
A03-D146GA2 / 3SD125DG / ^146GB 6Gb SAS 10K RPM SFF HDD/hot plug/drive sled mounted / 1
A03-D146GA2 / 3SD120G8 / ^146GB 6Gb SAS 10K RPM SFF HDD/hot plug/drive sled mounted / 1
N20-B6625-2= / QCI1414A4JK / UCS B250 M2 Blade Server w/o CPU memory HDD mezzanine / 1
ASR-9001 / FOC1925N7CL / ASR 9001 Chassis / 1
Total Cost for Coverage:

8x5xNBD Service (SNT)