Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

70 -- Switches

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045-647049
 
Response Due
9/28/2006
 
Archive Date
3/27/2007
 
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 1045-647049 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 28, 2006 at 17:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Tysons Corner, VA 22812 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Cisco Catalyst Enhanced 6-slot chassis 12RUno PSno Fan Tray PN: WS-C6506-E, 1, EA; LI 002, Cisco CAT6000 IP Base PN: S323IB-1228SXF, 1, EA; LI 003, Cisco Catalyst 6500 Supervisor 32 with 8 GE uplinks and PFC3B PN: WS-SUP32-GE-3b, 1, EA; LI 004, Cisco Catalyst 6500 Supervisor 32 with 8 GE uplinks and PFC3B PN: WS-SUP32-GE-3B, 1, EA; LI 005, Cisco Catalyst 6500 48-Port 10/100/1000 GE MOD, RJ-45, PN: WS-X6148-GE-TX, 1, EA; LI 006, Cisco Catalyst 6500 48-Port 10/100/1000 GE MOD, RJ-45, PN: WS-X6148-GE-TX, 1, EA; LI 007, Cisco Catalyst 6500 48-Port 10/100/1000 GE MOD, RJ-45, PN: WS-X6148-GE-TX, 1, EA; LI 008, Cisco Catalyst 6506-E Chassis Fan Tray PN WS-C6506-e-fan, 1, EA; LI 009, Cisco Catalyst 6500 3000W AC power supply PN: WS-CAC-3000W, 2, EA; LI 010, AC Power Cord North America (110V) PN: CAB-7513AC, 2, EA; LI 011, Cisco CAT 6500 512 MB DDR xCEF720 (67xx interface DFC3A/DFC3B PN: MEM-XCEF720-512MB, 1, EA; LI 012, Cisco CAT 6500 512MB DRAM on the MSFC2 or SUP720 MSFC3 PN: MEM-MSF-C2-512MB, 1, EA; LI 013, Cisco CAT 6500 512 MB DDR xCEF720 (67xx interface DFC3A/DFC38) PN: MEM-XCEF720-512M, 1, EA; LI 014, Cisco Catalyst 6500 512MB DRAM on the MSFC2 or SUP720 MSFC3 PN: MEM-MSFC2-512MB, 1, EA; LI 015, Cisco 24x7x4 OS service catalyst 6506 PN: CON-OSP-WS-C6506, 1, EA; LI 016, 1000BASE-T SFP PN: GLC-T=, 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 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. New equipment ONLY, NO remanufactured products FOB DESTINATION CONUS *The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. *No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. *Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. *Items received must adhere to the configuration as submitted and approved by the PMA Lab. *Vendors must deliver to the configuration as tested and approved. *Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. *Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. 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 BE HAVE BID CONSIDERED, SELLERS MUST BE CISCO GOLD, SILVER AND PREMIER PARTNERS. NO EXCEPTIONS. This Justification and Approval (J&A) on a brand name only basis is for the purchase of a Cisco switch and 1000Base. 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 Catalyst 6506e switch is an enterprise-class, stackable, multi-layer switch that provides high availability, security and quality of service. It offers Layer 3 granular quality of service features to classify and prioritize network traffic, and to avoid network congestion, can classify, reclassify, police, and mark the incoming packets before the packet is placed in the shared buffer. Packet classification allows the network elements to discriminate between various traffic flows and enforce policies based on Layer 2 and Layer 3 quality of service fields. The 6506e switch is capable of performing rate limiting with Cisco Committed Information Rate (CIR) functionality and offers enhanced data security through a wide range of security features that protect network management and administrative traffic. The Catalyst 6506e switch meets the following requirements: ? The switch must provide Layer 3 routing services. ? The switch must have HSRP (Hot Standby Router Protocol) functionality. ? The switch must perform at wire speed. ? The switch must be able to be configured in active standby mode with high availability. ? The switch must provide a committed access rate, limiting transmission rates based on flexible criteria. ? The switch must have quality of service functionality 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. Problems within EIS?s LAN started around 05/30/2006. Two of EIS?s three switches died, a Cisco 3550 and 2950. Both switches were approximately 3 years old. A 3COM 10MB Hub and Cisco FatHub 400 Hub are currently being used until a replacement can be procured; both of these hubs are over 4 years old. EIS?s core 4600 switch is also over 4 years old, is no longer supported by Cisco, is out of ports, and has been experiencing periodic hardware failures. The overall effect is that EIS end users are experiencing unacceptable latency, are periodically unable to logon to OpenNet and access applications such as e-mail and Remedy, and unable to perform their programming tasks such as TCM software upgrades. It is DO?s recommendation to replace all three switches with a single Cisco 6506E switch and 1000Base which will be co-managed onsite by EIS staff and Domestic Operations engineering personnel.
 
Web Link
www.fedbid.com (b-34216_01, n-3998)
(http://www.fedbid.com)
 
Place of Performance
Address: Tysons Corner, VA 22812
Zip Code: 22812
Country: US
 
Record
SN01155762-W 20060929/060927220359 (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.