Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
SOLICITATION NOTICE

70 -- Paging Equipment

Notice Date
10/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Long Beach, California 90822
 
ZIP Code
90822
 
Solicitation Number
600-939-05IM
 
Response Due
11/8/2004
 
Archive Date
12/8/2004
 
Small Business Set-Aside
N/A
 
Description
VA VISN 22 Network 22 Logistics Office intends to negotiate a commercial (FAR Part 12) sole source procurement with Metrocall Wireless, under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-25. A justification for other than full and open competition has been prepared in support of this acquisition. This announcement constitutes the only solicitation and a written solicitation will not be issued. The North American Industry Classification System Code (NAICS) is 517211. Request for Quotation is RFQ 600-939-05IM. The following line items that are being procured are not on Metrocalls GSA Contract to Support System Upgrade. DESCRIPTION: This procurement request is to obtain paging equipment for the Veterans Affairs Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd. Los Angeles, CA 90073. REQUIREMENTS/SPECIFICATIONS: Contractor shall provide the following equipment and services: IRM Paging Switch Configurations: (1) COMPAQ PROLIANT ML370 G3 RM-XEON/2 8GHZ-512KB 512MB quantity requested one (1) each. (2) CAREPAQ 3YR 9X54HR PROLIANT M370 DL980 quantity requested one (1) each. (3) XEON 2.8GHZ PROCESSOR OPTION KIT HPQ quantity requested one (1) each. (4) 1GB PC2100 DDR (2X512MB) MEMORY SERVERS quantity requested (1) each. (5) 36GB 10K U320 PLUGGABLE UNIVERSAL DRIVE quantity requested two (2) each. (6) COMPAQ REDUNDANT POWER SUPPLY KIT quantity requested one (1) each. (7) COMPAQ REDUNDANT FANS KIT quantity requested one (1) each. (8) SMART ARRAY 641 CONTROLLER quantity requested one (1) each. (9) 3COM (US Robotics) 56K FAX MODEM V90 INTERNAL quantity requested one (1) each. (10) IRM 2.X SWITCH SOFTWARE quantity requested one (1) each. (11) pcANYWHERE V10.5 HOST/REMOTE quantity requested one (1) each. (11) 4 Port KVM SWITCH quantity requested one (1) each. (12) 10? KVM CABLE quantity requested two (2) each. (13) 3M USB CABLE quantity requested one (1) each. (14) DIGI ACCELEPORT RAS 8 WAN I/O ADPT CARD W/8 56K MODEMS quantity requested one (1) each. (15) DIGI EDGEPOPRT 416 WITH DB9 CONNECTORS quantity requested one (1) each. (16) 4 PORT ANALOG TRUNK BOARD (PCI) CISCO1760-VPN/K9, 1760 VPN Bndl w/VPN Mod,96MB DRAM,32MB Flash,IP Plus/FW/3DES, CAB-AC, ower Cord,110V, MOD1700-VPN, Cisco 1700 Series VPN Module, MEM1700-64U96D, Cisco 1700 64MB to 96Mb DRAM Factory Upgrade, S17C7HK9-12302XE, Cisco 1700 IOS IP/ADSL/FW/IDS PLUS IPSEC 3DES, ROUTER-SDM, Device manager for routers, CON-SNT-1760vk9, 8x5xNBD Svc, 1760 VPN quantity requested one (1) each. (17) Bundle with VPN Module, 48MB DR. quantity requested one (1) each. Contractor shall provide Configuration cost (per M15 site), Installation (per M15 site), Shipping (FOB Destination). Annual VPN Connectivity Fee (per M15 site). Contractor shall provide System Configuration: (1) COMPAQ PROPLIANT ML370 G3 RM-XEON/2 8GHZ-512KB 512MB quantity requested one (1) each. (2) CAREPAQ 3YR 9X5 4HR PROLIANT M370 DL980 quantity requested one (1) each. (3) 1 GB PC2100 DDR (2X512MB) MEMORY SERVERS quantity requested one (1) each. (4) 36GB 10K U320 PLUGGABLE UNIVERSAL DRIVE quantity requested two (2) each. (5) COMPAQ REDUNDANT POWER SUPPLY KIT quantity requested one (1) each. (6) COMPAQ REDUNDANT FANS KIT quantity requested one (1) each. (7) HP STORAGEWORKS DAT241 INTERNAL quantity requested one (1) each. (8) SMART ARRAY 641 CONTROLLER quantity requested one (1) each. (9) 3COM (US Robotics) 56K FAX MOEM V90 INTERNAL quantity requested one (1) each. (10) SIGG DUAL SERIAL PCI I/O BOARD quantity requested one (1) each. (11) DDS3 DAT TAPES quantity requested eight (8) each. (12) carbon copy 5.6 ACCESS quantity requested one (1) each. (13) MS WINDOWS 2000 5 USER quantity requested one (1) each. (14) IRM 2.X-M S/W 5 ADMIN quantity requested one (1) each. Contractor shall provide Configuration cost, Installation/Training (16 Hours), Shipping (FOB Destination). Contractor shall provide the below installation requirements, Open TCP/IP port 3022. Open VPN ports 50 and 51. Static IP addresses required for IRM Paging Switch server. Anti-virus protection to be provided by the customer. VPN circuitry and ISDN line between the IRM Communication System locations(s) and the Metrocall terminal. One (1) RAS line at the IRM Paging Switch server for diagnostics. A Service Maintenance Agreement or a Time & Materials Agreement with Metrocall that covers all IRM System equipment after the initial 12 month warranty period. All necessary personnel will be available for all project management meetings, installation, and training (up to sixteen (16) hours of training shall be provided). A qualified LAN administrator and IT/IS personnel will be available on-call at all times during the IRM installation process. All deliverables must be in place and verifiable at least one week (two weeks for database) prior to installation. Delivery date for all items shall be no later than December 15, 2004. Address where all equipment shall be delivered to is: 11301 Wilshire Blvd. Los Angeles, CA 90073, Bldg. 500. POC is Carole Fazeli at (310) 478-3711 Ext: 48121. This purchase shall also include FOB destination delivery provisions, required installation and a one-year warranty, all at no charge. Offeror shall submit a complete copy of provision 52.212-3, Offeror Representations and Certifications ?Commercial Items (MAY 2004). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The Following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.212-1, Instructions to Offerors ? Commercial Items (JAN 2004); 52.212-4, Contract Terms and Conditions ? Commercial Items (OCT 2003); 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders ? Commercial Items (OCT 2004); 52.247-35 F.O.B. Destination (APR 1984). In paragraph (b) of 52.212-5 the following apply: 52.222-19, 52.222-21, 52.222-36, 52.225-1, 52.225-3, 52.225-15, and 52.232-34. 52.222-38 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION)(USDA). In addition, incorporated herein by reference are the following VA Acquisition Regulations (VAAR) clauses and provisions: 852.211-70 Requirements for operating and maintenance manuals, Service Data Manual (NOV 1984); 852.211-71 Guarantee Clause, Guarantee (NOV 1984); 852.270-1 Representatives of Contracting Officers (April 1984) and 852.270-4 Commercial Advertising (NOV 1984). THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. All proposals received by 4:00 P.M. Pacific Daylight Time, November 08, 2004 will be considered by the Government. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquires will only be accepted in writing by mail, or by facsimile at (562) 826-8067. Point of contact is Imelda M. Martinez at (562) 826-5896: Veterans Affairs Network Business Center, 5901 E. 7th Street, Bldg 149, Long Beach, California 90822.
 
Web Link
RFQ 600-939-05IM
(http://www.bos.oamm.va.gov/solicitation?number=600-939-05IM)
 
Place of Performance
Address: 11301 Wilshire Blvd. Los Angeles, CA
Zip Code: 90073
Country: United States
 
Record
SN00699676-W 20041029/041027211747 (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.