Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
MODIFICATION

70 -- Networking Materials (Cable, Tape Drives, Smart UPS, Corning, Transcievers)*Amended to update Line Item 032

Notice Date
4/4/2006
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-631365
 
Response Due
4/7/2006
 
Archive Date
4/27/2006
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1019-631365 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Friday, April 7, 2006 at 15:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, DETERMINED BY LINE ITEM, to the following: LI 001, Belkin 20-Foot CAT-5e Patch Cord, Straight Through, Belkin Part Number BEL-A3L791-20 *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 521, EA; LI 002, Belkin 2-Meter, LC-to-SC Duplex Fiber Patch Cord, Belkin Part Number BEL-F2F202L7-02M *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 80, EA; LI 003, Belkin 3-Meter, LC-to-SC Duplex Fiber Patch Cord, Belkin Part Number BEL-F2F202L7-03M *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 160, EA; LI 004, Belkin 2-Meter, MTRJ-to-SC Duplex Fiber Patch Cord, Belkin Part Number BEL-F2F20297-02M *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 481, EA; LI 005, Belkin 3-Meter, MTRJ-to-SC Duplex Fiber Patch Cord, Belkin Part Number BEL-F2F20297-10 *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 630, EA; LI 006, Belkin 5-Meter, SC-to-SC Duplex Fiber Patch Cord, Belkin Part Number BEL-A2F20277-16 *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 149, EA; LI 007, Cybernetics AIT-3 Data Cartridge (100/200 GB), Cybernetics Part Number QG-MIC-100 AIT3 *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 2734, EA; LI 008, Cybernetics AIT-3 Tape Drive for HP/Compaq Server (100/200GB), Cybernetics Part Number CY-8103-00/HP *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 272, EA; LI 009, Cybernetics AIT-4 Tape Drive for HP/Compaq Server, Cybernetics Part Number CY-8104-00/HP *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 30, EA; LI 010, Cybernetics AIT-4 Data Cartridge,Cybernetics Part Number *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 276, EA; LI 011, Anchor Kit, 1/4-Inch Anchors with Screws, 100 Per Box, Part Number WAK13, 25, BOX; LI 012, Anchor, Hollow Wall, 1/4-Inch, 100 per box, part Number PSA1, 69, BOX; LI 013, APC 8-Port Share-UPS Interface Expander, APC Part Number AP9207 *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 89, EA; LI 014, APC Smart-UPS Simple Signaling Cable, Grey, APC Part Number 940-0020, 640, EA; LI 015, APC Smart-UPS, 2200VA/1600W, Rack Mount 2U or 3U, Input 120 VAC, Output 120 VAC, APC Part Number SUA2200RMUS *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 133, EA; LI 016, APC Smart-UPS, 2200VA/1600W, Rack Mount 3U, Input 120/240 VAC, Output120 VAC, APC Part Number SU2200R3X167 *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 102, EA; LI 017, APC Smart-UPS, 700 VA, 450 W, Input 120/240 VAC, Output 120 VAC, APC Part Number SU700X167 *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 250, EA; LI 018, Cable Tie, 1-3/4-Inch, with No. 6 Mounting Hole, 100 Per Box, Part Number TM2S6-C, 67, BOX; LI 019, Cable Tie, 7.8-Inch, 100 Per Box, Part Number 8377, 140, BOX; LI 020, Cable, Fiber Optic, 62.5/125 uM, Plenum Rated, Duplex, Unterminated, 1000-Foot Roll, Part Number 60023-002 62.5 ZIP P, 28, ROLL; LI 021, Corning/Seicor Backbone Patch Panel, 24/48 Rack Mount Enclosure, Seicor Part Number CCH-02U *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 7, EA; LI 022, Corning/Seicor Client Patch Panel, 24/48-F Wall Mount Enclosure, Seicor Part Number WCH-04P *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 11, EA; LI 023, Corning/Seicor Patch Panel Connector Module, 6-Port Duplex, SC, MM, Secior Part Number CCH-CP12-97 *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 62, EA; LI 024, Media Converter, RJ-45-to-ST: A - Part Number E-100BTX-FX-05(st), 114, EA; LI 025, Mounting Screw, Machine, No. 10 x 1-Inch Length, 100 Per Box, Part Number RMC10X1, 6, BOX; LI 026, Screw, Tapping, No. 8 x 1-Inch Length, 100 Per Box, Part Number TEK8X1, 27, BOX; LI 027, Screw, Wood No. 10 x 1-1/2-Inch Length, 100 Per Box, Part Number 77024, 28, BOX; LI 028, International Configuration Straight Plug, U.S. Standard NEMA 6-20P, 250 VAC, 20A, International Configuration Part Number 5466-X *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 30, EA; LI 029, ST-to-ST Duplex Fiber Barrel Coupler, Part Number ADP-ST-MM, 877, EA; LI 030, Transceiver, 10/100Base-TX (RJ-45) to 100Base -FX (SC): A - Part Number E-100BTX-FX-05(SC), 193, EA; LI 031, UNICAM Fiber Termination Kit, Unicam Part Number TKT-UNICAM, 6, EA; LI 032, SFP, 1000BaseSX LC connector, Part Number GLC-SX-MM-(CCX) *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 420, EA; LI 033, HP Color LaserJet 3800dtn Printer (#Q5984A), 1, EA; LI 034, HP ScanJet 7650 Document Flatbed Scanner, Manufacturer Part #L1940A#201, 1, EA; LI 035, International Configuration Cable, Power, C13 to SCHUKO, International Configuration Part Number 81131 *BRAND NAME ONLY PER JUSTIFICATION TERM BELOW, 4844, EA; LI 036, LIST OF SERIAL NUMBERS FOR AIT-3 TAPE DRIVES MUST BE PROVIDED TO GIT-M PRIOR TO DELIVERY., 272, EA; LI 037, LIST OF SERIAL NUMBERS FOR AIT-4 TAPE DRIVES MUST BE PROVIDED TO GIT-M PRIOR TO DELIVERY., 30, EA; LI 038, Vendor Deliverable Spreadsheet (attached), E-Score Master for line item 15, APCSmart UPS 2200VA must be recieved prior to delivery., 133, EA; LI 039, Vendor Deliverable Spreadsheet (attached), E-Score Master for line item 16, APC Smart UPS 2200R3X167 must be received prior to delivery, 102, EA; LI 040, Vendor Deliverable Spreadsheet (attached), E-Score Master for line item 17, APC Smart UPS 700 must be received prior to delivery,, 250, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to lundyhe@state.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. PERTAINING TO LINE ITEMS 001, 002, 003, 004, 005, 006, 007, 008, 009, 010, 013, 015, 016, 017, 021, 022, 023, 028, 032, 035: The listed items have been identified as key components of the Department's networking system. Use of Third Party equipment which has not been tested by the Agency nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the classified and unclassified network. To ensure compatibility with existing network components in the field, the items listed in this justification must be Belkin, Cybernetics, APC, Corning, and International Configurations equipment and provided by ONLY AUTHORIZED Belkin, Cybernetics, APC, Corning and International Configurations resellers only. Sellers must be authorized to provide all line items to have bid considered for award. **TO HAVE A BID CONSIDERED FOR AWARD ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS THAT ARE BEING BID AS BRAND NAME OR EQUAL. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. ***LINE ITEMS REQUIRING DOCUMENTATION INCLUDE: 011, 012, 014, 018, 019, 020, 024, 025, 026, 027, 029, 030, 031, 033, 034. FOB DESTINATION CONUS SHIPPING BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. -Shipping hours are 7:00 AM - 3:00 PM, Monday thru Wednesday -Driver must call Dan Gardner (703-929-9674) or Devon Martin (703-906-8323) for -Dock Appointment prior to delivery of shipment. -Shipments without Dock appointments will be refused at the door. -The Purchase Order number must be clearly written on each box. -A packing slip must be included with every shipment. -Shipping Address: -U.S. Department of State -c/o ManTech -8020 Grainger Ct., Springfield, VA 22153 -P/N with barcode on container -Serial Number with barcode on container -Pallets must be wood, with standard 3-stringer construction, with 4-way entry. -Pallet size should be 40" X 48" with 48" being the stringer length. At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. -The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. -No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. -Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. -Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. -Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. -GITM will NOT allow use of third party components in configurations. -Random QA will be performed. -IF it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the government. -The infraction will also be recorded in the Vendor's Performance file. -Manufacturer warranty for parts and labor on all components. -Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 72 hours. -Repaired units must be received within 30 days. -120-Day Lead-time for retuning a defective item from post. -IF award is made to a value add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. Vendor will provide a written escalation process upon award to include the following information: -Sales Contacts: both Field and inside -Sales Management Contacts -Customer Support Reps and their Management to include: -Customer Service Representative -Warranty Liaison Representative -Integration Representative Please provide name, phone, email and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. Amended to include Line Item 032 as Brand Name only product. BRAND NAME JUSTIFICATION STATEMENT: The GIT-M Program recommends brand name procurement for Cisco 1000 Base SX LC Connector, Part Number GLC-SX-MM (CCX). The listed item has been identified as a key component of the Department's networking system. Use of Third Party equipment which has not been tested by the Agency nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the classified and unclassified network. To ensure compatibility with existing network components in the field, the listed item must be genuine Cisco equipment and provided by an authorized Cisco Reseller. A) Sellers must bid exact match to spec (make, model and spec) for line item 032. B)The products offered in the bid for Line Item 032 must be brand new, not gray market and are in original packaging. C) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. D) Full Cisco warranties will be provided and none of these products will have a negative impact on the warranties of associated system components.
 
Web Link
www.fedbid.com (a-26063, n-2195)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01020664-W 20060406/060404220452 (fbodaily.com)
 
Source
FedBizOpps 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.