Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
SOLICITATION NOTICE

70 -- ATM NETWORK

Notice Date
10/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Fleet & Industrial Supply Center, 800 Seal Beach Blvd., Bldg 239, Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0039
 
Response Due
10/26/2005
 
Archive Date
11/24/2005
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-06-T-0039. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-06 and DFARS Change Notice 20051011. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334119 and the Small Business Standard is 1,000 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, supplemented with additional information included in this notice. The Fleet and Industrial Supply Center, San Diego Detachment Seal Beach requests reponses from qualified sources capable of providing CLIN 0001 CRITICAL FEATURES FOR ETHERNET SWITCHING NETWORK (CISCO or equivalent). The following critical features represent the minimum technical requirements for the Ethernet Switching Network to be used by Southern California Offshore Range (SCORE) at San Diego, CA. This Ethernet Switching Network provides data transmission throughout the network and enables more data throughput during exercise support. Features I. Description and Part Numbers Requirements: 1. Two (2) Cisco Catalyst 6500 Series; Part Number # WS- X6148-45AF 2. Two (2) FlexWAN Modules; Part Number # WS-X6582-2PA 3. Two (2) FlexWAN Memory Modules; Part Number # MEM-C6K-WAN-128M 4. Four (4) Multimode Port Adaptors; Part Number # PA-POS-OC3MM 5. One (1) Gigabit Ethernet Module; Part Number # WS-X6516A-GBIC II. Main Characteristics 1. Cisco Catalyst 6500 Series; Part Number # WS- X6148-45AF: Speed: 10/100/1000 Power Per Port: Max 15.4W 2. FlexWAN Modules; Part Number # WS-X6582-2PA: Memory Default: 256 MB per bay Switch Fabric Connectivity Online Insertion and Removal (OIR) of Module Cards, Ports, and Slots: 2-port adapter bays per module Frame Relay switched virtual circuits (SVCs) Multi-chassis Multilink Voice Over Frame Delay: Frame Relay Forum Bridging: RFCs 1483 and 2684 ATM Bridging Power: 135W 3. Multi Mode Port Adapter; Part Number # PA-POS-OC3MM: Standards-compliant SONET/SDH interface Full-duplex operation at 155 Mbps Short-reach optical interface with multimode fiber Automatic Protection Switching of POS Circuits 4. Gigabit Ethernet Module; Part Number # WS-X6516A-GBIC: Support (SX, LX/LH, and ZX) and GBIC interface Backplane Connections: 256 Gbps Switch Fabric (CEF256), and 32Gpbs Classic Bus Queues per port: 3 transmit, 2 receive III. Other Characteristics Operating Temperature: 32 to 104?F Relative Humidity: 10% to 90%, noncondensing Inline-Power: IEEE 802-3af- Output Power per Port: 54V up to 350 mA Operation Manual: Required Delivery is 30 days ARO. FOB Destination. Place of delivery is Corona, CA 92860. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within ten days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. In additional, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at http://orca.bpn.gov. Anticipated award date will be 10/26/05. Quote will be accepted via fax 562-626-7275 or Email iris.Washington@navy.mil.
 
Web Link
Click here to get more information about FISC, San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00918006-W 20051021/051019212142 (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  © 1994-2020, Loren Data Corp.