Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

70 -- CISCO EQUIPMENT, CISCO PARTNERS ONLY (GSA SCHEDULE)

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1721-671069
 
Response Due
9/22/2006
 
Archive Date
3/21/2007
 
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 1721-671069 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 05-09. 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, September 22, 2006 at 16:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Catalyst 4500 Chassis (6-Slot)fan no p/s, WS-C4506, 1, EA; LI 002, Catalyst 4500 1400W AC Power Supply (Data Only)PWR-C45-1400AC, 1, EA; LI 003, CATALYST 4500 1400W AC POWER SUPPLY REDUNDANT, PWR-C45-1400AC/2, 1, EA; LI 004, AC POWER CORD NORTH AMERICA (110V), CAB-7513AC, 2, EA; LI 005, Catalyst 4500 Supervisor IV (2 GE)Console(RJ-45), WS-X4515, 1, EA; LI 006, Cisco IOS ENHNCD L3 C4500 SUP4/53DES(OSPFEIGRPIS-IS), S4KL3EK91-12218EW, 1, EA; LI 007, Catalyst 4506 RMON Agent License, WS-C4506-EMS-LIC, 1, EA; LI 008, Catalyst 4500 Sup II-Plus/III/IV Compact Flash 64MB Option, MEM-C4K-FLD64M, 1, EA; LI 009, Catalyst 4500 FE Switching Module 48-100FX MMF(MTRJ), WS-X4148-FX-MT, 5, EA; LI 010, 1000BASE-SX Short Wavelength GBIC (Multimode only), WS-G5484, 2, 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 Ruby Green at greenrs@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. The vendor may not substitute any item listed on this order with out prior, written approval from the USDOS Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specification of this RFQ. Items that do not confirm to descriptions and part numbers found in this RFQ will be rejec 0044 ted at the time of delivery causing a return at the vendors expense. Bid MUST be good for 30 calendar days after submission New equipment ONLY, NO remanufactured products Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION SHIPPING This Justification and Approval (J&A) on a brand name only basis is for the use of Cisco equipment. The use of a brand name description is essential to INR?s requirements, for the INRISS network, infrastructure, and connectivity requirements, thereby precluding consideration of the products of another company.INR/EX/IS has identified the Cisco equipment as a key component of INR?s networking system. Equipment listed in the PR is required to provide network connectivity to the existing INRISS system and the Intelligence Community?s network infrastructure based on existing management tools and routing capabilities that requires critical protocols supported only by Cisco. The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority. *To bid on this item, Sellers must be Cisco Gold, Cisco Silver OR Cisco Premium Partner Federal Resellers. *No Exceptions. 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.
 
Web Link
www.fedbid.com (b-33355, n-3727)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01147908-W 20060921/060919220315 (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.