Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2003 FBO #0677
SOLICITATION NOTICE

58 -- CISCO TELEPHONE EQUIPMENT, SUPPORT

Notice Date
10/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APPQER60A-0001-4
 
Response Due
10/23/2003
 
Archive Date
11/6/2003
 
Point of Contact
Larry Nelson, Contracting Officer, Phone 612-336-3225, Fax 612-370-2136, - Joanne Mann, Purchasing Agent, Phone 612-336-3224, Fax 612-370-2136,
 
E-Mail Address
Larry.D.Nelson@aphis.usda.gov, Joanne.Mann@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Center for Plant Health Science and Technology (CPHST), Raleigh, NC, intends to procure installation of local area network, Ethernet switches, Voice over Internet Protocol (VoIP) telephone sets to integrate with existing Cisco VoIP System, redundancy for local and wide area networks built within the Ethernet switches. Submit faxed quotations to "Purchasing Section," at (612) 370-2136, Attention Larry Nelson. QUOTATIONS ARE DUE OCTOBER 23, 2003 BY 10:00 a.m. local time (CDT). SIC 5895. Small business set-aside. A firm fixed price purchase order will be issued, all or none. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 01-15. Applicable FAR clauses are incorporated by reference: Prompt Payment 52.249-1 (4/84); Instructions to Offerors -Commercial Items 52.212-1; Evaluation-Commercial items 52.212-2 (10/97); Offeror Representations and Certifications 52.212-3 (10/98); Contract Terms and Conditions- Commercial Items 52.212-4 (05/01); Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5 (10/98). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. Quotes must for delivery f.o.b. destination, _________________. All offers must be signed. Offers should include: Company name: ______________________________________________________ Company Address: ____________________________________________________________ Contact Person: _____________________________ Telephone number: _________________ tax payer identification number:__________________________ DUNS number__________________ and business size ___________________. SPECIFICATIONS: Installation of a local area network to support data and voice communication needs at a new facility by January 2004. Ethernet switches for the local resources, including workstations, severs, printers, CD towers, etc. Also required is Voice over Internet Protocol (VoIP) telephone set to integrate with an existing Cisco VoIP system. Required is, redundancy for the local and wide area networks to ensure optimum uptime; Redundancy must be built within the Ethernet switches. Requirements for the Ethernet switches: Primary processor; secondary processor for redundancy; primary power supply; secondary power supply for redundancy; support for Cisco's Hot Standby Routing Protocol for fail-over; high speed back plane processing for optimum processing of data packets; Onboard processing for individual modules to offload packet processing from the primary processor; Support for Cisco Voice over Internet Protocol telephone sets; Support for Quality of Service (QoS); Support for layer 3 routing and the Cisco Enhanced Inferior Gateway Routing Protocol (EIGRP), which is the standard routing protocol throughout APHIS; SNMP manageable by Ciscoworks and the SNMP management servers; Gigabit uplink ports t provide 1000 base backbone fiber connectivity; 10/100 mb RJ45 Ethernet ports; Manageable by APHIS technical personnel without requiring additional training. The list of Cisco equipment required will be provided upon request. Award will be based on the lowest price technically acceptable to the government.
 
Place of Performance
Address: 920 MAIN CAMPUS DRIVE, RALEIGH NC
Zip Code: 27606
 
Record
SN00447339-W 20031005/031003213042 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.