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 SWITCHES AND CONNECTORS

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-631629
 
Response Due
9/21/2006
 
Archive Date
3/20/2007
 
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 1019-631629 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 Thursday, September 21, 2006 at 13:30:00 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, CISCO CATALYST 3750 12 SFP STANDARD; PART # CIS-WS-C3750G-12S-S, 10, EA; LI 002, CISCO GE SFP LC CONNECTOR SX; PART# CIS-GLC-SX-MM, 90, EA; LI 003, CISCO CATALYST 4500 SUPERVISOR; PART # CIS-WS-X4013+=, 1, EA; LI 004, CISCO CATALYST 3750 24 10/100/1000T; PART #CIS-WS-C3750G-24TS-S, 8, EA; LI 005, CISCO CAT3560 24 10/100/1000T-4 SFP; PART #CIS-WS-C3560G-24TS-S, 60, EA; LI 006, CISCO CATALYST 4500 CHASSIS 6-SLOT; PART #CIS-WS-C4506, 1, EA; LI 007, CISCO CATALYST 4500 1300W AC POWER; PART #CIS-PWR-C45-1300ACV=, 4, EA; LI 008, SHIPPING, 1, LOT; 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments 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 no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov 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. BIDS MUST BE VALID FOR 30 DAYS AFTER COMPETITION CLOSE. FOB DESTINATION CONUS To bid on this requirement, Sellers must be Cisco Gold, Silver or Premier Partners. 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. 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, Enterprise Operation Centers (IRM/OPS/SIO/EOC). 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, commonality and security requirements, as well as IRM/OPS/SIO/EOC?s operational requirements, thereby precluding consideration of the products of another company. IRM/OPS/SIO/ESOC has identified that Cisco Switches are an integral component of the Department?s networking system and EOC?s Operational and Security Infrastructure. The equipment listed above is required to provide additional network connectivity for client and ESOC servers to the Department?s existing enterprise network infrastructure, thereby increasing the capacity of the Enterprise Operation Centers and augmenting the existing Operational and Security Infrastructure. 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 defined networking requirements and EOC?s defined requirements as a key component of IRM/OPS/SIO/EOC?s Operational and Security Infrastructure. The Cisco Switches have undergone test and assessment and have received final approval from the Department of State IT Configuration Control Board.
 
Web Link
www.fedbid.com (b-32141_01, n-3698)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01147911-W 20060921/060919220317 (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.