Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

70 -- Cisco 4506 (Cisco Certified Sellers Only)

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-631496
 
Response Due
7/11/2006
 
Archive Date
7/31/2006
 
Small Business Set-Aside
N/A
 
Description
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 1019-631496 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 Tuesday, July 11, 2006 at 14:30:00 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, EXACT MATCH ONLY, to the following: LI 001, FULLY CONFIGURED AND INTEGRATED WITH LISTED COMPONENTS PRIOR TO DELIVERY, Cisco 4506 Switch to include the following: *1 each - Catalyst 4500 Chassis (6-slot), fan, no power supply; (Part Number WS-C4506) *1 each - Catalyst 4500 1000W AC Power Supply (Data Only); (Part Number PWR-C45-1000AC) *1 each - Catalyst 4500 1000W AC Power Supply Redundant (Data Only); (Part Number PWR-C45-1000AC/2) *2 each - AC Power Cord, North American, 110v; (Part Number CAB-7KAC) *1 each - Catalyst 4500 Supervisor IV (2GE) Console (RJ-45); (Part Number WS-X4515) *1 each - Cisco IOS Basic L3Cat4500 SUP2+/4/5,3DES (RIP,ST.RTS IPX,AT); (Part Number S4KL3K9-12220EWA) *1 each - Cat 4500 IOS based Supervisor, Compact Flash, 65MB Option; (Part Number MEM-C4K-FLD64M) *3 each - Catalyst 4500 Gigabit Ethernet Module, 6-ports (GBIC); (Part Number WS-X4306-GB) *1 each - Catalyst 4500 Enhanced 48-port 10/100/1000 Base-T (RJ-45); (Part Number WS-X4548-GB-RJ45) *18 each - 1000Base ? SX Short Wavelength GBIC (Multimode only); (Part Number WS-G5484) *2 each - 8x5xNBD Service for Catalyst 4506R Series Modular Switch; (Part Number CON-SNT-WS-C4506), 8, EA; LI 002, eScore Vendor Configuration Worksheet for Cisco 4506 Configured Switch (Line Item One): 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., 8, 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.) so that they are received at that email address no later than the closing date and time for this solicitation. 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. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are 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. Pricing valid for 90 days Configuration must be deliverable through 2006 calendar year Vendor must deliver 1% shippable within 72 hours, upon request, at no additional cost to the government. Upon award vendors must arrange for delivery within ten (10) days of award quantity two (2) of the awarded configuration to the PMA Lab for QA and Image Test. Weight is a consideration for all items due to government shipping related costs. 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. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Bureau of Information Resource Management, Program Management and Analysis Program (IRM/OPS/PMA). This Justification and Approval (J&A) on a brand name only basis is for the use of Cisco switches. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. The Cisco 4506 switches have been identified as a key component of the Department of State infrastructure. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the Department of State network requirements. To ensure compatibility with existing network components in the field, the switches must be a Cisco model and provided by a Cisco reseller. IRM/OPS/PMA has identified the Cisco 4506 Switch as a key component of the Department's networking system. Equipment listed above is required to provide network connectivity to existing Department of State?s enterprise network infrastructure based on existing management tools and routing capabilities that requires two critical protocols supported only by Cisco network switches; HSRP (Hot Standby Router Protocol) and EIGRP (Enhanced Interior Gateway Routing Protocol). The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority. As this is a brand name only justification, no one contractor's unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements as a key component of the Department?s networking system. The Cisco 4506 Switch has undergone test and assessment, evaluation for GITM deployments and received final approval from the Department of State IT Configuration Control Board A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are 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. To bid on this item, Sellers must be Cisco Gold or Cisco Silver Certified Federal Resellers. No Exceptions.
 
Web Link
www.fedbid.com (a-28825, n-2710)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01082695-W 20060707/060705220348 (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.