Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
MODIFICATION

70 -- Portal Upgrade, Hardware

Notice Date
5/11/2006
 
Notice Type
Modification
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-T-6028
 
Response Due
5/16/2006
 
Archive Date
5/31/2006
 
Point of Contact
Carol Ditmer, Contracting Officer, Phone (719) 556-0232, Fax (719) 556-4321,
 
E-Mail Address
carol.ditmer@peterson.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
CORRECTION TO THIS TEXT--THIS IS A HUBZONE SET ASIDE. This RFQ was formally FA2517-06-T-6023 which has been canceled. COMBINED SYNOPSIS/SOLICITATION FOR PORTAL UPGRADE, CHANNEL SWITCH FOR T.I.E SYSTEM (I) 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; quotes are being requested. (II) This solicitation is issued as a request for quote (RFQ). Submit written proposal (to include price quote for all CLINS) on RFQ reference number FA2517-06-T-6028. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. (IV) This solicitation is a HUBZONE set-aside. (V) This combined synopsis/solicitation is for the following commercial items: 1. VMWARE VIRT INFRASTRUCT NODE 2CPU,VCB-VIN2U-CE, 12 each; 2. VIRTUAL INFRASTRUCTURE NODE SUPT, VIN2U-P-SSS-C, 12 each; 3. VMWARE VIRTUALCENTER MGT SRV, VCMS-CE, 2 each; 4. VMWARE VIRTUALCTR MGT SRVR PLAT SUPT, VCMS-P-SSS-C, 2 each; 5. VMWARE ESX SRVR & VIRT CTR TRAINING, EDU-VI-EVOE, 2 each; 6. HP 4GB REG PC2-3200 2X2GB DDR2, 343057-B21, 24 each; 7. EMC CONNECTRIX B-SERIES CAB, EC-1500-B, 1 each; 8. EMC ED-48000B 32-PORT BLADE, PB-48000B-32, 2 each; 9. EMC CHASSIS W/0 PORTS & 4 PS, ED-48000B, 1 each; 10. PWR CRD 1PHS-L630P, EC-1500-PC1, 1 each; 11. EMC FCHNL 30M 50/125 LC-LC, FC30M-50MLC, 21 each; 12. EMC MOUNT ED-XXB IN EC-1500B, EC1500BRLKT, 1 each; 13. ENT SW BNDL FOR ED-48000B, SW-48000B-ENT, 1 each; 14. EMC CTX SWITCH 8HOST IMP QSES, PS-EXP-EDS 1 each; 15. PREPAID CTX SFT CTXSFTPP, 1 each; 16. EMC COMMERCIAL PMGMT 4HRS QS, PS-BAS-PMBLK, 8 each; 17. EMC CX ATA DISK DRV EXP CHAS F/15 DR, CX-ATA-DAE-FD, 2 each; 18. EMC 500GB ATA DRIVES, CX-AT07-500U, 20 each; 19. EMC COMMERCIAL PMGMT 4HRS QS, PS-BAS-PMBLK, 2 each; 20. Map Suite Webforms Edition 1.1 With 1YR Maint, XTRAS-58992, 2 each; 21. RichTextBox v2.5 Developer License, XTRAS-48259, 2 each; 22. SYBARI ANTIVIRUS FOR SHAREPOINT EXTERNAL, AS-EXTCON, 4 each; 23. SYBARI ANTIVIRUS FOR SHAREPOINT EXTERNAL CALS, AS-2500-48, 2500 each. 24. 2 additional years of maintenance (priced by each year). This is a brandname or equal solicitation. The salient characteristics of the EMC equipment are: - High availability; high reliability; redundant; hot-pluggable components; non-disruptive upgrades. - Hot-swappable components include: 2N redundancy; power supplies; redundant cooling fans; port blades; redundant control processors; and optics. - Fits available rack space: depth (in/cm) 27.90/70.90 without door; 29.20/74.20 with door; height (in/cm) 24.11/61.24 for 14U; width (in/cm) 17.22/43.74; weight (lb/kg) without media 230/105. - Fibre Channel Standards: FC-PH; FC-PH-2; FC-PH3; FC-GS-2; FC-FLA; FC-FG; FC-SW3. - Fibre Channel Ports: scalable from 2 to 8 port blades in any combination of 16-port or 32-port blades; configuration should start at 32 ports up to 256 ports auto-sensing 1, 2, and 4 Gb/s ports. - Cascading with other switches--up to a least 24 switches. - Performance: full line-speed switching 4.25 Gb/s. - Switch Bandwidth and Latency: 2.176 Tb/s end-to-end, less than 2.1 ?sec at 2 Gb/s; less than 3.6 ?sec at 4 Gb/s. - Switch Core: non-blocking design. - ISL Trunking: support for up to 8 4.25-Gb/s ports per ISL trunk; up to 32 Gb/s per ISL trunk, 2 8-port trunk groups on FC4-16; 4 8-port trunk groups on FC4-32 at 2 Gb/s. - Classes of Service and Port Types: Class 2, Class 3, Class F, and E_Port, F_Port, FL_Port. - Media Types: Small Form Factor Pluggable (SFP) laser; LC connector; short-wave laser (SWL) up to 500 meters (1640 feet); long-wave up to 10 kilometers (6.2 miles); long-wave laser to 35-km distance. - Fabric Services: Simple Name Server; Registered State Change Notification (RSCN); Industry Standard Brocade Advanced Zoning; Industry Standard Brocade Web Tools. - Other Features: ISL trunking; fabric watch; performance monitor; extended fabrics. (VI) The equipment to be purchased is a EMC Connectrix ED-48000B Fibre Channel (channel switch), which is a 64-port, director-class fiber channel switch. This channel switch is the same as the one currently being used. It is being purchased to upgrade a critical system. This current channel switch is running over acceptable capacity, and reliability is being compromised. The Government intends to award a single, Firm Fixed Priced contract resulting from this solicitation. (VII) CRITICAL: Delivery will be to Peterson AFB, CO not later than 25 May 06. (VIII) FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2004), applies to this acquisition. In addition to written quotes, vendors that are providing quotes on other than brandname equipment should provide the technical specs of that equal equipment. (IX) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest price, technically acceptable, ability to delivery by 25 May 06. (X) The offeror must have completed the Online Representations and Cerifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The web site address is https://orca.bpn.gov/ (XI) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. (XII) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26) and (31). (XIII) The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-9. Clauses Incorporated by Reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award; 52.243-1, Changes-Fixed Price. (XIV) NA (XV) NA (XVI) Quotes are required to be received no later than 1:00 pm Mountain Standard Time, Monday, 16 May 2006, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; equipment specifications if not brandname; statement that ORCA has been completed (see para X above). Quotes shall be delivered via email to carol.ditmer@peterson.af.mil (preferred method) or fax to (719) 556-4321. (XVII) Please direct any questions regarding this solicitation to Carol Ditmer at (719) 556-0232 or carol.ditmer@peterson.af.mil.
 
Place of Performance
Address: Peterson AFB, CO
Zip Code: 80914
 
Record
SN01046370-W 20060513/060511220825 (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.