Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

D -- CISCO Hardware

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
82196
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ82196 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541990. The National Institutes of Health (NIH) is the nation?s foremost federally funded biomedical research institution. It is comprised of twenty-four Institutes, Centers, and Divisions. The Warren Grant Magnuson Clinical Center (CC) is the onsite hospital for the NIH campus, providing full support for clinical research in inpatient and outpatient settings. The CC facility comprises three million square feet of clinical, laboratory, and administrative space. The Department of Clinical Research Informatics (DCRI) is responsible for the network infrastructure that supports the technology of all mainframe and desktop computers, and the management and development of applications and databases. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions ? Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The purpose of this procurement is to provide maintenance services and support for the Clinical Center, Department of Clinical Research Informatics with CISCO Hardware. These services include SmartNet pricing for each of the following: Part# Description Qty CON-SNT-C3550-48S 8X5XNBD SVC, 48-10/100 AND 2 GBIC PORTS: STD 22 CON-SNT-C3550-12T 8X5XNBD SVC, 10 GBIC PORTS AND 2-10/100/1000BASET 1 CON-SNT-WS-C3508G SMARTNET 8X5XNBD SVC WS-C3508G 8 PORT 10/100 1 CON-SNT-3560GTS SMARTNET 8X5XNBD CAT 3560 24 10/100/1000T + 4 SFP 2 CON-SNTE-WS-C4006- SMARTNET ENHANCED, CISCO 4006 CHASSIS, 8X5X4 18 CON-SNTP-WS-C6509 SMARTNET PREMIUM 24X7X4 SERVICE FOR CATALYST 3 CON-SNTP-WS-C6513 24X7X4 SVC, CATALYST 6513 CHASSIS 1 CON-SNT-PIX535 8X5XNBD SVC, PIX-535, INCLUDES SERVICE FOR S/W LIC 2 CON-SNT-7835- 8X5XNBD SVC, MCS-7835-1266 SERVER W/O TAPE DRIVE 4 CON-SNT-3640 CISCO 3640 SMARTNET MAINTENANCE INCLUDES 8x5xNBD Response and software updates for 1 year 1 CON-SNTP-VPN3060H9 8x5xNBD Svc, DPA 7610 Voice Mail Gateway. 24 ports: 4 1 CON-SAS-CWLMS25R CISCO SW APP SUPP CWLMS-2.5 / 1 Service Levels Requirements: SNT SMARTnet Standard 8x5xNBD (Next Business Day) NBD between 9 a.m. and 5 p.m. (provided the request is received before 3 p.m. local depot time) SNTE SMARTnet Enhanced 8x5x4hours Four hours after determining that part replacement is required (8 hours a day, 5 days a week) SNTP SMARTnet Premium 24x7x4hours Four hours after determining that part replacement is required (24 hours a day, 7 days a week) S2P SMARTnet 2-Hour Premium 24x7x2hours Two hours after determining that part replacement is required (24 hours a day, 7 days a week) Cisco SMARTnet Critical Technical Support 1. Rapid problem resolution with around-the-clock, global access to the Cisco TAC 2. Registered access to Cisco.com for powerful online tools and information 3. Next-business-day advance hardware replacement (additional replacement options, some as fast as two hours, are also available) 4. Ongoing system software updates. 5. Cisco OS software support extends the life of your Cisco devices with improved security, increased performance, bandwidth management, new protocol support, and greater interoperability Period of Performance: 09/28/06 - 09/27/07 The Government will not be supplying any equipment. The primary place of performance will be: National Institutes of Health 9000 Rockville Pike Bldg. 10 Rm. B1N243 Bethesda, MD 20892 Any personal data collected and/or used under this contract is subject to the Privacy Act Clause (FAR 52.224-2). The Contractor will use any Privacy Act information provided by the Government or other Government contractors for the purposes authorized by this contract only and for no other. The Contractor will not provide the information to any other person or entity, unless explicitly directed in writing by the Government. Each person providing service under this proposal will be required to sign a document of understanding stating that he/she understands and will comply with Privacy Act requirements. The Government intends to make a single award based on the lowest price technically acceptable offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government, technical and price factors considered. The Government reserves the right to make an award to that offeror whose proposal provides the best overall value to the Government. Interested offerors may submit proposals electronically no later than September 26, 2006 Eastern Standard Time 5:00 p.m. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The anticipated award date for this requirement shall be on or before September 28, 2006. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov. Collect calls will not be accepted. No Phone Calls Please. All questions should be emailed only to amcgee@cc.nih.gov by September 18, 2006. Quotes should be electronically submitted via email only to amcgee@cc.nih.gov.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, MD 20892
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01141955-W 20060915/060913220441 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.