GENESEE HEALTH SYSTEM REQUEST FOR QUOTE CISCO HARDWARE REFRESH ISSUED: JULY 26, 2015 Page 1 of 15
TABLE OF CONTENTS I. PURPOSE AND SPECIFICATIONS II. III. IV. OFFEROR CRITERIA AND RESPONSE REQUIREMENTS RFQ OFFEROR COVER SHEET TIMELINE Page 2 of 15
PURPOSE AND SPECIFICATIONS (hereinafter referred to as the Board ) is seeking sealed quotes from interested and qualified parties experienced in providing, installing, and configuring Cisco Hardware Refresh, as well as an in depth knowledge of virtualization and storage migrations practices. The ideal candidate will possess the depth of knowledge it takes to transfer the requisite knowledge to the local administrators and to successfully complete the project in a timely fashion. These services/products will be provided at locations as requested by the Board. Quotes must be clear, concise, typewritten, and must be signed in ink by the official authorized to bind the offeror to its provisions. The contents of this REQUEST FOR QUOTE (RFQ) will become incorporated within any contract signed by the Board and the provider of these services. Do not retype this RFQ, instead, respond on a separate page and cite the section number for each response. All areas of the quote must be addressed in the same sequence cited in the RFQ instructions in order that proper consideration is given to the quote. Quotes submitted without information or incomplete content will result in the quote being removed from consideration. The Offeror must complete an RFQ Offeror Cover Sheet and attach it to the quote. Questions about the RFP will only be addressed from written questions submitted in advance of the conference to RFQreplies@genhs.org. Any change to this RFQ subsequent to its release will be confirmed in writing by the Board. One original and five copies of each quote must be submitted in a sealed envelope/package. Quotes will be accepted until August 10, 2015 at 11:30 A.M. Quotes must be received by this date and time in order for the quote to be considered. The following should be noted on the outside of the envelope: CONFIDENTIAL CISCO HARDWARE REFRESH RFQ MATERIALS ENCLOSED DO NOT OPEN BEFORE AUGUST 10, 2015 @ 3:30 P.M. EST [INSERT YOUR COMPANY NAME] Quotes may be mailed or hand delivered to the following address: Attention: Contract Management 725 Mason Street Flint, MI 48503 Quotes will be publicly opened on August 10, 2015, at 3:30 P.M. EST at 725 Mason Street, Flint, MI 48503. The quote shall cover services beginning on or about September 1, 2015 or as agreed upon by the Contractor and the Board. The product/service will be delivered on or about September 30, 2015 or as agreed upon by the Contractor and the Board. Page 3 of 15
The Board reserves the right to accept or reject any/all quotes received pursuant to this RFQ, in whole or in part; and/or to waive any/all irregularities therein; and/or to delete/reduce the units of service; and/or to negotiate quote terms in any way whatsoever to obtain a quote as deemed in its best interest. The Board reserves the right to re-solicit/re-advertise as deemed necessary. INTRODUCTION AND OVERVIEW The Board received Authority status as of January 1, 2013, effectively becoming a distinct non-profit separate from the County of Genesee. Funding for the service(s) described herein is enabled by a cost reimbursement contract with Region 10 Prepaid Inpatient Health Plan to manage the Concurrent 1915(b)(c) Programs, the Healthy Michigan Plan and relevant I waivers in Genesee County, Michigan and to provide a comprehensive array of specialty mental health services and supports as indicated therein. The Board also operates Genesee Community Health Center, which offers a holistic approach to physical health care for those who may otherwise go without. The Board intends to enter into a contract with a for-profit or non-profit entity or entities to provide Cisco Hardware Refresh. It is expected that the quote to provide these services will be in compliance with all applicable State and Federal standards and guidelines. The Board has chosen to meet the challenge of managed care by managing its mental health care service delivery through evaluation and monitoring, and expecting its service providers to be solely responsible for managing its operations consistent with terms of the accepted contract. Consequently, the offeror should be aware that providers from whom the Board purchases equipment/services are expected to operate in the marketplace and be able to effectively meet the requirements for establishing and maintaining a contractual relationship with the Board. This RFQ establishes criteria and requirements that have been designed to cover important aspects of the products and services to be provided. COST LIABILITY The Board assumes no responsibility or liability for costs by the Offeror, or any Offeror prior to the execution of a contract between the organization and the Board. OFFEROR RESPONSIBILITIES All inquiries concerning the content of the RFQ shall be submitted to the address cited on page three of the RFQ. It is the responsibility of the Offeror to understand all details of the RFQ. The Offeror, by submitting a response indicates a full understanding of all details and specifications of the Page 4 of 15
RFQ. Offerors are expected to present narrative statements/summaries in a clear, concise and organized manner for review. The Offeror is solely responsible for delivery of one (1) original quote and five (5) copies to the specified address on or before the date and time specified on page three of the RFQ. The Contract Management Office will be the single point of contact throughout the RFQ process. RFQs submitted after the deadline will not be considered and will be discarded. All RFQs submitted by the deadline will become the property of the Board. OTHER MATERIALS Offerors may attach other materials believed to be relevant to illustrating the Offeror s ability to successfully provide the(se) service(s). AWARD OF CONTRACT It is the intent of the Board to enter into a contract with provider(s) that will emphasize administrative efficiencies, and possess the capacity, infrastructure and organizational competence to provide the requirements under this quote. Award recommendations are contingent upon an initial evaluation of the Offeror s qualifications to determine if the Offeror is a quality provider. There are three types of evaluation that may be used to determine if an Offeror meets quality standards. The first is an evaluation of the written response to the RFQ. The second involves interviewing Offeror s staff and/or regulators. The third involves interviews with Offeror s customers and/or consumers. In addition to access to customers, the evaluation process must be assured of unimpeded access to employees of the Offeror. Requests for additional information, to assist the evaluators, may be submitted to the prospective Offeror in order to facilitate sampling satisfaction. Offerors who are awarded contracts shall not assign or delegate any of their duties or obligations under the contract to any other party without written permission of the Board. DISCLOSURE All information in an Offeror s quote is subject under the provisions of Public Act No. 442 of 1976 known as the Freedom of Information Act. Page 5 of 15
CONFLICT OF INTEREST Offerors awarded a contract will affirm that no principal, representative, agent, or other acting on behalf of or legally capable of acting on the behalf of the Offeror, is currently an employee of the Board; nor will any such person connected to the Offeror currently be using or privy to any information regarding the Board which may constitute a conflict of interest. At the time of the quote, all Offerors shall disclose any known direct or indirect financial interests (including but not limited to ownership, investment interests, or any other form of remuneration) that may be present between the Offeror or its potential subcontractors, and Board personnel. This disclosure shall be made to the Boards Chief Administrative Officer who will forward the information to the CEO. As part of the quote, include a list of any known potential subcontractors, including the portion of work being contracted out to other licensed contractors. This listing of potential subcontractors shall be limited to the name of the company, name of the company s owner(s), and business address. If any other subcontractor is selected after a contract is awarded, the successful Offeror shall provide the Board with the name of the company, its owner(s), and address. This requirement is not intended to apply to minimal relationships such as the purchase of a small dollar amount of supplies to complete a project. RELATIONSHIP OF THE PARTIES (INDEPENDENT CONTRACTOR) The relationship between the Board and any Offerors successful in obtaining a contract is that of client and independent contractor. No agent, employee, or servant of the contractor shall be deemed to be an employee, agent, or servant of the Board for any reason. The independent contractor will be solely and entirely responsible for its acts and the acts of its agents, employees, and servants during the performance of a contract resulting from the RFQ. NO WAIVER OF DEFAULT The failure of the Board to insist upon strict adherence to any term of a contract resulting from this RFQ shall not be considered a waiver or deprive the Board of the right thereafter to insist upon strict adherence to that term, or any other term, of the contract. DISCLAIMER All the information contained within this RFQ reflects the best and most accurate information available to the Board at the time of the RFQ preparation. No inaccuracies in such information shall constitute a basis for legal recovery of damages, either real or punitive. If it becomes necessary to revise any part of this RFQ, a supplement will be issued to all potential Offerors who obtained the original RFQ. Page 6 of 15
SERVICE DESCRIPTION The Board is soliciting formal offers to address its aging Cisco infrastructure. The main objectives are meeting Cisco s end of life-cycle replacement schedule and strategically defining a new and improved hardware infrastructure in support of expanding business needs and security. General Information The Board has standardized Cisco equipment as its core network infrastructure. Major components include ASA Firewall, Routers, Core Switches, storage area network (SAN) Switches and Wireless Controller. The Board s datacenter hosts a SAN infrastructure, Network Servers and terminates six (6) remote satellite offices. Desktops, Laptops, Tablets and voice over internet protocol (VOIP) phones are used at all locations. Scope of Services The contracted vendor will be responsible for working with internal IT staff successfully implementing the installation of new equipment and software. A total of thirty-two (32) hours of consulting labor must be included in the quote. Installation will take place outside of Board business hours on a designated Saturday and Sunday. If any additional consulting labor is needed it must be billed at a flat hourly rate. The scope of service will require the following: Migration to new Cisco ASA 5525 firewall Installation of FirePOWER and FireSIGHT services using VMware Migration to new Cisco 4351 Router Installation and basic configurations of network switches Physical installation of Interconnecting devices in main data center Software installation and updates Thirty-two (32) hours of labor for professional services Additional Requirements: Vendor must be an authentic Cisco partner New authentic equipment only, no grey market or refurbished equipment A current Cisco Certification is required Working Knowledge in Cisco IOS, routing protocols and switching Quotation must be itemized SMARTnet service agreements must be quoted individually as an optional purchase for eight (8) hours /five (5) days / next business day delivery on all devices, except main router and firewall, with twenty-four (24) hour / seven (7) days / four (4) hour response time Hourly labor rate for labor hours beyond the initial thirty-two (32) hours Page 7 of 15
All hardware, materials & software must be delivered to the Board at locations as requested by the Board by SEPTEMBER 30, 2015. The successful Offeror must be able to invoice the Board for those materials delivered prior to the September 30, 2015 deadline. II. OFFEROR CRITERIA AND RESPONSE REQUIREMENTS The Consultant shall be responsible for preparing an effective, clear, and concise quote. Quotes must contain the following information: A. Service Delivery System 1. Offeror shall provide a list of ten (10) customers they served during the past year. 2. Offeror shall provide a list of three (3) customer references including: business name, contact name & title, telephone number, business address, brief description of project, and approximate dollar value of purchased products and services, of customers who agree to be contacted as a reference for your company. 3. Provide a list of name(s) and professional qualifications, responsibilities for managerial, technical and support staff identified to conduct the engagement. 4. Provide number of year s firm has been in business and the firm's qualifications and experience performing similar scope of services. 5. Provide a list of similar projects that the firm has performed within the last three years. 6. Be sure to provide individual prices by line item for products/services, installation/configuration and training necessary for the Cisco Hardware Refresh. Please also include a total annual cost in year one for this turn-key solution and year two pricing, if appropriate. 7. Solution Designer must hold a valid Professional, Expert or Architect certification from Cisco and be able to document qualification. 8. Offeror shall provide a list of the physical locations of its operations. Page 8 of 15
B. Legal Structure and Financial Viability 1. The Offeror shall submit documentation and proof of entity (e.g. IRS 501(c) 3 determination); copy of Articles of Incorporation or document under which the organization is constituted/organized from its inception; 2. The Offeror shall include the names, addresses, and title or representation of all owners or controlling parties of the organization, whether they are individuals, partnerships, corporate bodies, or subdivisions of the bodies; 3. The Offeror shall attach a copy of its Distribution License (if applicable); 4. The Offeror shall attach a certificate of professional liability (errors and omissions) in a sum of not less than $1 Million per claim and $1 Million annual aggregate; and, 5. The Offeror shall attach a certificate of general liability insurance with Broad Form General Liability Endorsement or equivalent, if not in policy proper, Provider and Contractual liability coverage with limits of not less than $1 Million per occurrence and $1 Million annual aggregate. C. Rate Submission for Products and Services to be provided Each quote shall include individual prices by line item for products/services, installation/configuration, training, etc. which may be necessary for the Cisco Hardware Refresh. Please also include a total annual cost in year-1 for this turnkey solution; and, year-2 pricing, if appropriate. All hardware, materials & software must be delivered to the Board at locations as requested by the Board by SEPTEMBER 30, 2015. The Offeror must be able to invoice the Board for those materials delivered prior to the September 30 th, 2015 deadline. Page 9 of 15
GENESEE HEALTH SYSTEM REQUEST FOR QUOTE FOR CISCO HARDWARE REFRESH III. RFQ OFFEROR COVER SHEET Offeror Information Name of Organization: Address: Authorized Representative: Title: Telephone Number: Fax Number: Person(s) to Contact: 1. For representative to ask questions regarding the contents of the packet: Title: Telephone Number: E-Mail Address: Program Services Included in the Quote: CISCO HARDWARE REFRESH Page 10 of 15
IV. TIME REQUIREMENTS The following is the calendar of events related to this RFQ: EVENT FIRM DATES Issue REQUEST FOR QUOTE (RFQ) July 26, 2015 Deadline for Final Submission of Quotes to Board (1 sealed original and 5 copies) August 10, 2015 by 11:30 A.M. Opening August 10, 2015 by 3:30 P.M. Award (Tentatively) September 1, 2015 Delivery Due By: September 30, 2015 Page 11 of 15
CISCO HARDWARE REFRESH COMPONENT AND SERVICE SPECIFICATIONS Line Number Item Name Description Service Duration Included Item Quantity 1.0 ASA5525-FPWR-BUN ASA 5525-X with FirePOWER Svcs. Chassis and Subs. Bundle N/A No 1 1.1 ASA5525-FPWR-K9 ASA 5525-X with FirePOWER Services 8GE AC 3DES/AES SSD N/A No 1 SMARTNET 8X5XNBD ASA 5525-X with FirePOWER Services, 1.1.0.1 CON-SNT-A25FPK9 8GE, 12 month(s) No 1 1.1.1 SF-FP5.3.1-K9 Cisco FirePOWER Software v5.3.1 N/A Yes 1 1.1.2 ASA5525-CTRL-LIC Cisco ASA5525 Control License N/A Yes 1 1.1.3 SF-ASA-X-9.2.2-K8 ASA 9.2.2 Software image for ASA 5500-X Series,5585-X,ASA-SM N/A Yes 1 1.1.4 CAB-AC AC Power Cord (North America), C13, NEMA 5-15P, 2.1m N/A No 1 1.1.5 ASA-VPN-CLNT-K9 Cisco VPN Client Software (Windows, Solaris, Linux, Mac) N/A Yes 1 1.1.6 ASA5500X-SSD120INC ASA 5512-X through 5555-X 120GB MLC SED SSD (Incl.) N/A Yes 1 1.1.7 ASA5500-ENCR-K9 ASA 5500 Strong Encryption License (3DES/AES) N/A Yes 1 ASA-ANYCONN-CSD- 1.1.8 K9 ASA 5500 AnyConnect Client + Cisco Security Desktop Software N/A Yes 1 1.1.9 ASA5525-MB ^ASA 5525 IPS Part Number with which PCB Serial is associated N/A Yes 1 1.2 L-ASA5525-TAMC= Cisco ASA5525 FirePOWER IPS AMP and URL Licenses N/A No 1 1.2.0.1 L-ASA5525-TAMC-1Y Cisco ASA5525 FirePOWER IPS, AMP and URL 1YR Subs 12 month(s) No 1 Price Per Unit Total 2.2.0.1 AC-PLS-5YR-100 Cisco AnyConnect 5-Yr 100 User Plus Subscription 60 month(s) No 3 2.3 L-AC-PLS-S-5Y-100 Cisco AnyConnect 5-Yr 100 User Plus (ASA License Key) N/A Yes 99999 3.0 FS-VMW-2-SW-K9 Cisco FireSIGHT Management Center (VMWare) for 2 devices N/A No 1 3.0.1 CON-SAU-VMWSW2 SW APP SUPP + UPGR Cisco FireSIGHT Mana 12 month(s) No 1 4.0 WS-C4500X-16SFP+ Catalyst 4500-X 16 Port 10G IP Base Front-to-Back No P/S N/A No 2 4.0.1 CON-SNT-WSC16SFX SMARTNET 8X5XNBD Catalyst 4500-X 16 Port 10G IP Base Fro 12 month(s) No 2 4.1 C4KX-PWR-750AC-R Catalyst 4500X 750W AC front to back cooling power supply N/A No 2 4.2 C4KX-PWR-750AC-R/2 Catalyst 4500X 750W AC front to back cooling 2nd PWR supply N/A No 2 4.3 C4KX-NM-BLANK Catalyst 4500X Network Module Blank N/A Yes 2 4.4 CAB-US515-C15-US NEMA 5-15 to IEC-C15 8ft US N/A No 4 4.5 S45XUK9-37E CAT4500-X Universal Crypto Image N/A No 2 Page 12 of 15
CISCO HARDWARE REFRESH COMPONENT AND SERVICE SPECIFICATIONS Line Number Item Name Description Service Duration Included Item Quantity 4.6 C4500X-16P-IP-ES IP Base to Ent. Services license for 16 Port Catalyst 4500-X N/A No 2 4.7 GLC-T 1000BASE-T SFP N/A No 2 4.8 SFP-H10GB-CU1M 10GBASE-CU SFP+ Cable 1 Meter N/A No 2 4.9 SFP-H10GB-CU3M 10GBASE-CU SFP+ Cable 3 Meter N/A No 2 4.10 SFP-H10GB-CU5M 10GBASE-CU SFP+ Cable 5 Meter N/A No 2 Price Per Unit Total 5.0 WS-C3850-48U-S Cisco Catalyst 3850 48 Port UPOE IP Base N/A No 18 5.0.1 CON-SNT-WS3548US SMARTNET 8X5XNBD Cisco Catalyst 3850 12 month(s) No 18 5.1 S3850UK9-37E CAT3850 Universal k9 image N/A No 18 5.2 C3850-NM-2-10G Cisco Catalyst 3850 2 x 10GE Network Module N/A No 18 5.3 CAB-TA-NA North America AC Type A Power Cable N/A No 18 5.4 STACK-T1-50CM 50CM Type 1 Stacking Cable N/A No 18 5.5 CAB-SPWR-30CM Catalyst 3750X and 3850 Stack Power Cable 30 CM N/A No 18 5.6 PWR-C1-1100WAC 1100W AC Config 1 Power Supply N/A Yes 18 6.0 C3850-NM-2-10G= Cisco Catalyst 3850 2 x 10GE Network Module N/A No 2 7.0 ISR4351/K9 Cisco ISR 4351 (3GE 3NIM 2SM 4G FLASH 4G DRAM IPB) N/A No 1 SMARTNET 8X5XNBD Cisco ISR 4351 (3GE3NIM2SM4G 7.0.1 CON-SNT-ISR4351K FLASH4G 12 month(s) No 1 7.1 SL-4350-IPB-K9 IP Base License for Cisco ISR 4350 Series N/A Yes 1 7.2 SL-4350-APP-K9 AppX License for Cisco ISR 4350 Series N/A No 1 7.3 SL-4350-SEC-K9 Security License for Cisco ISR 4350 Series N/A No 1 7.4 NIM-4MFT-T1/E1 4 port Multiflex Trunk Voice/Clear-channel Data T1/E1 Module N/A No 2 7.5 PWR-4450-AC AC Power Supply for Cisco ISR 4450 and ISR4350 N/A Yes 1 7.6 CAB-AC AC Power Cord (North America) C13 NEMA 5-15P 2.1m N/A No 1 7.7 NIM-BLANK Blank faceplate for NIM slot on Cisco ISR 4400 N/A Yes 1 Page 13 of 15
CISCO HARDWARE REFRESH COMPONENT AND SERVICE SPECIFICATIONS Line Number Item Name Description Service Duration Included Item Quantity 7.8 SM-S-BLANK Removable faceplate for SM slot on Cisco 290039004400 ISR N/A Yes 1 7.9 MEM-4300-4G 4G DRAM (2G+2G) for Cisco ISR 4330 4350 N/A Yes 1 7.10 MEM-FLSH-4G 4G Flash Memory for Cisco ISR 4300 (Soldered on motherboard) N/A Yes 1 7.11 POE-COVER-4450 Cover for empty POE slot on Cisco ISR 4450 N/A Yes 1 7.12 SISR4300UK9-315S Cisco ISR 4300 Series IOS XE Universal N/A No 1 7.13 SM-X-1T3/E3 One port T3/E3 Service Module N/A No 1 Price Per Unit Total 8.0 ISR4321/K9 Cisco ISR 4321 (2GE 2NIM 4G FLASH 4G DRAM IPB) N/A No 4 SMARTNET 8X5XNBD Cisco ISR 4331 (2GE2NIM4G FLASH4G DRA 12 month(s) No 4 8.0.1 CON-SNT-ISR4321K 8.1 SL-4320-IPB-K9 IP Base License for Cisco ISR 4320 Series N/A Yes 4 8.2 SL-4320-APP-K9 AppX License for Cisco ISR 4320 Series N/A No 4 8.3 SL-4320-SEC-K9 Security License for Cisco ISR 4320 Series N/A No 4 8.4 NIM-2MFT-T1/E1 2 port Multiflex Trunk Voice/Clear-channel Data T1/E1 Module N/A No 4 8.5 PWR-4320-AC AC Power Supply for Cisco ISR 4320 N/A Yes 4 8.6 CAB-AC-C5 AC Power Cord Type C5 US Canada N/A No 4 8.7 NIM-BLANK Blank faceplate for NIM slot on Cisco ISR 4400 N/A Yes 4 8.8 MEM-4320-4G 4G DRAM for Cisco ISR 4320 (Soldered on motherboard) N/A Yes 4 8.9 MEM-FLSH-4G 4G Flash Memory for Cisco ISR 4300 (Soldered on motherboard) N/A Yes 4 8.10 SISR4300UK9-313S Cisco ISR 4300 Series IOS XE Universal N/A Yes 4 9.0 ISR4321/K9 Cisco ISR 4321 (2GE 2NIM 4G FLASH 4G DRAM IPB) N/A No 1 SMARTNET 8X5XNBD Cisco ISR 4331 (2GE2NIM4G FLASH4G DRA 12 month(s) No 1 9.0.1 CON-SNT-ISR4321K 9.1 SL-4320-IPB-K9 IP Base License for Cisco ISR 4320 Series N/A Yes 1 9.2 SL-4320-APP-K9 AppX License for Cisco ISR 4320 Series N/A No 1 9.3 SL-4320-SEC-K9 Security License for Cisco ISR 4320 Series N/A No 1 Page 14 of 15
CISCO HARDWARE REFRESH COMPONENT AND SERVICE SPECIFICATIONS Line Number Item Name Description Service Duration Included Item Quantity 9.4 NIM-1MFT-T1/E1 1 port Multiflex Trunk Voice/Clear-channel Data T1/E1 Module N/A No 1 9.5 NIM-2MFT-T1/E1 2 port Multiflex Trunk Voice/Clear-channel Data T1/E1 Module N/A No 1 9.6 PWR-4320-AC AC Power Supply for Cisco ISR 4320 N/A Yes 1 9.7 CAB-AC-C5 AC Power Cord Type C5 US Canada N/A No 1 9.8 MEM-4320-4G 4G DRAM for Cisco ISR 4320 (Soldered on motherboard) N/A Yes 1 9.9 MEM-FLSH-4G 4G Flash Memory for Cisco ISR 4300 (Soldered on motherboard) N/A Yes 1 9.10 SISR4300UK9-313S Cisco ISR 4300 Series IOS XE Universal N/A Yes 1 Price Per Unit Total 10.0 N3K-C3064PQ-10GX Nexus 3064-X 48 SFP+ 4 QSFP+ ports with enh scale low-l N/A No 2 10.0.1 CON-SNT-64PQ10GX SMARTNET 8X5XNBD Nexus 3064-X 48 SFP 12 month(s) No 2 10.1 N3K-C3064-ACC-KIT Nexus 3064PQ Accessory Kit N/A Yes 2 10.2 GLC-T 1000BASE-T SFP N/A No 8 10.3 SFP-H10GB-CU1M 10GBASE-CU SFP+ Cable 1 Meter N/A No 2 10.4 N3K-BAS1K9 Nexus 3000 Base License N/A Yes 2 10.5 N3K-C3064-FAN Nexus 3064 Fan Mo Port Side Exhaust Airflow N/A No 2 10.6 N3KUK9-602U4.1 NX-OS Release 6.0(2)U4(1) N/A No 2 10.7 N2200-PAC-400W N2K/N3K AC Power Supply Std airflow (port side exhaust) N/A Yes 4 10.8 CAB-9K12A-NA Power Cord 125VAC 13A NEMA 5-15 Plug North America N/A No 4 11.0 SFP-10G-SR-S= 10GBASE-SR SFP Module Enterprise-Class N/A No 40 12.0 SFP-H10GB-CU5M= 10GBASE-CU SFP+ Cable 5 Meter N/A No 8 13.0 SFP-H10GB-CU3M= 10GBASE-CU SFP+ Cable 3 Meter N/A No 8 Page 15 of 15