Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2006 FBO #1850
MODIFICATION

70 -- Cisco Network Equipment

Notice Date
12/18/2006
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HC1021-07-T-2005
 
Response Due
1/9/2007
 
Archive Date
1/24/2007
 
Description
This amendment to solicitation HC1021-07-T-2005 is issued to add line item 0017 to the solicitation and address vendor questions. 1. Line item 0017, CISCO 15454-R6.0.0SWK9, Right to use license, QTY: 5 ; 2. Clarification in response to vendor questions: A. Refurbished equipment/cards etc. will not be acceptable in response to this solicitation. B. Not the latest released version of software is required. Version 6 is requested. C. Smartnet is shown on line items 13 and 14. It should cover the TCC2 cards and the Chassis. The due date for quotes has been extended from 1600 Central European Time (CET), 14 Dec 06 to 1600 Central European Time (CET), 09 Jan 07. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This request for quotation (RFQ HC1021-07-T-2005) is being issued by DITCO-EUROPE, Unit 4235, Box 375, APO AE 09136-5375. The RFQ document and incorporated provisions and clauses are those in effect through FAC 2005-13 and DAC 91-13. The proposed Brand Name acquisition will result in a Firm Fixed Price commercial item type contract in accordance with the procedures detailed in FAR 13.5.. NAICS code 334119. Description of requirement: The government has a requirement for CISCO Network Equipment. The contract will include the following CLINs: Item 0001, CISCO 15454 ASSEMBLE TO ORDER (ATO), Brand Name Cisco required, QTY: 5, Item 0002, CISCO 15454-HD-ANSI, 5454 HD NEBS3 ANSI W/ RCA AND SHIP KIT, I-TEMP, Brand Name Cisco required, QTY: 5 , Item 0003, CISCO 15454-FTA3-T, SHELF FAN TRAY ASSEMBLY ANSI 15454 HPCFM I-TEMP, Brand Name Cisco required, QTY: 5 , Item 0004, CISCO 15454-AIC-I, ALARM INTERFACE CARD ENH INTL I-TEMP, Brand Name Cisco required, QTY: 5, Item 0005, CISCO 15454-TCC2P-K9, TIMING COMMUNICATIONS CONTROL TWO PLUS I-TEMP, Brand Name Cisco required, QTY: 10, Item 0006, CISCO SF15454-R6.0.0K9, SF15454-R6.0.0K9 REL. 6.0.0 SW, PRE-LOADED, Brand Name Cisco required, QTY: 5, Item 0007, CISCO 15454-XC-10G, XCONN 1152 STS 672 VT, Brand Name Cisco required, QTY: 10, Item 0008, CISCO 15454-ML100T-12, MODULE ETHERNET 12CKT, Brand Name Cisco required, QTY: 5, Item 0009, CISCO 15454-OC3I8-1310, OC3IR STM1SH 1310-8, Brand Name Cisco required, QTY: 3, Item 10, CISCO OC3 IR 1310, 4 CKT, SC, I-TEMP, CISCO 15454-OC34IR1310, Brand Name Cisco required, QTY: 8, Item 0011, CISCO 15454-OC481LR1550, OC48 LR 1550 1 CKT SC, Brand Name Cisco required, QTY: 5, Item 0012, CISCO 15454-BLANK, EMPTY SLOT FILLER PANEL, QTY: 30, Item 0013, CISCO CON-SNT-15454TCC, 8X5XNBD AR SVC TIMING COMMUNICATIONS CONTROL, Brand Name Cisco required, QTY: 5, Item 0014, CISCO 15454-CON-SNT-15454 ATO, 8X5XNBD SVC, CISCO 15454 ATO ONLY, Brand Name Cisco required, QTY: 5, Item 0015, CISCO 15454-OC48IR1310A, OC48 SR/STM16 IO, 1310, 1 CKT, SC, Brand Name Cisco required, QTY: 6, Item 0016, Shipping and Handling, 1 lot, Delivery shall be made no later than 30 days after receipt of order unless otherwise stated on quotation. Any variation shall be provided as the number of days after receipt of order to U.S. Postal System Address:, 48CS/SCBBT, Unit 5180 Box 305, RAF Lakenheath, APO AE 09464, MARK STEWART, 011-441-638-525288, FOB Destination or Commercial Address: 48 CS/SCBBT, LAKENHEATH TECH CONTROL 1085A/ROOM 1, RAF LAKENHEATH, BRANDON SUFFOLK IP27-9PN, MARK STEWART, 011-441-638-525288. Award shall be made based on lowest price, technically acceptable. New equipment is required. The vendor has to be Cisco certified to resale Optical Equipment. The following clauses/provisions are applicable: FAR 52.212-1 and 52.212-3 or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition -- 52.212-5(b): 52.203-6; 52.222-21; 52.222-26; 52.222-35; 52.222-36 and 52.222-37. These additional clauses are applicable: DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 252.225-7001, 252.225-7012, 252.212-7000, Offeror Representations and Certifications ? Commercial Items or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov. DPAS: not applicable. Numbered notes: not applicable. Offers are due via e-mail to pl512@disa.mil ATTN: Christine Morgan no later than 1600 Central European Time (CET), 14 Dec 06. All FAR and DFAR clauses can be obtained at http://farsite.hill.af.mil/. Brand Name Justification is below: USAFE CSS/SCML JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION BRAND NAME: Cisco Equipment Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. 1. Agency and Contracting Activity: The requiring activity for this action is USAFE CSS/SCML, Ramstein Air Force Base, Germany. The contracting activity is DISA/DITCO Europe, Building 143, 67681 Sembach-Heuberg, Germany. 2. Nature/Description of Action: The proposed contractual action is for other than full and open competition based on 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. Request approval to solicit, negotiate, and award a contract to resellers of CISCO equipment. A firm-fixed price commercial item type contract is planned and will be issued pursuant to FAR 13.5. The contract is for the purchase of Cisco SONET equipment, required for the network upgrade at the RAF Lakenheath, UK, Technical Control Facility. 3. Description of Supplies/Services: Requirement is for the purchase of various Cisco Synchronous Network Equipment (SONET) for the upgrade of the RAF Lakenheath, UK, Technical Control Facility (TCF) Phase II under the HQ USAFE TCF Modernization Program. 4. Identification of Statutory Authority: 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. 5. Demonstration of Contractor?s Unique Qualifications: This equipment purchase is part of an ongoing MAJCOM-wide TCF Modernization Program and will be an extension of previously purchased and installed equipment. CISCO is required to ensure consistency in the design, continuity of training, ease of use, and interoperability, as this equipment is being installed into an existing SONET network. Additionally, CISCO SONET is required to be able to work with our existing fiber optic cards which are being supplied from a previous upgrade. If another brand was used there would be the additional cost of the Optical cards. Furthermore, USAFE/A6 is deploying an enterprise remote monitoring and management solution command-wide, which further justifies the CISCO solution as it allows the USAFE Network Operations and Security Center to use a single tool to manage all USAFE SONET equipment. 6. FedBizOpps Announcement/Potential Sources The synopsis will be combined with the solicitation in accordance with FAR part 12. 7. Determination of Fair and Reasonable Price The Contracting Officer will compete the requirement with resellers of CISCO equipment to ensure prices are fair and reasonable. 8. Description of Market Research The research that produced the overarching solution for the USAFE TCF Modernization Program included the evaluation of several technologies and equipment manufacturers. This included CISCO, Acorn, NET, Marconi, Carrier Access, Nortel Networks, and Timplex to name a few. The evaluation consisted of personal experiences of USAFE personnel, review of product documentation obtained from the web, vendor provided demonstrations and product documentation, review of currently fielded equipment, and GSA schedule and retail pricing lists. Based on the evaluations, an equipment suite was chosen based on capabilities, integration, and price. This solution included the selection of the CISCO SONET product line as the optical layer multiplexer. 9. Supporting Facts: This Brand Name of equipment is requested to maintain uniformity, common troubleshooting and maintenance techniques, a standardized training program and economy of resources across the USAFE Theater. 10. Listing of Interested sources: World Wide Technology, NAS5-02144, 60 Weldon Parkway, Saint Louis, MO 63043, 314-919-1431 Government Micro Resources Inc (GMRI), NAS5-01145, 7403 Gateway Court, Manassas, VA 20109, 800-232-4671 11. Actions taken to remove barriers to competition: No action has been taken to remove barriers to competition. USAFE CSS/SCML must remain with the Cisco product line to ensure continuity, compatibility and consistency of existing equipment. The Government would incur costs in training of personnel and reengineering of non-CISCO equipment for integration with existing equipment as detailed above. Competition is limited to multiple resellers of CISCO equipment. 12. Statement of Period of Performance and/or Delivery Schedule The Government anticipates a 30-day delivery period after contractor?s receipt of order 13. Reference to Approved Acquisition Plan (AP) Not applicable.
 
Place of Performance
Address: U.S. Postal System Address:, 48CS/SCBBT, Unit 5180 Box 305, RAF Lakenheath, APO AE 09464, MARK STEWART, Commercial Address: 48 CS/SCBBT, LAKENHEATH TECH CONTROL 1085A/ROOM 1, RAF LAKENHEATH, BRANDON SUFFOLK IP27-9PN, MARK STEWART
Country: UNITED KINGDOM
 
Record
SN01198630-W 20061220/061219103009 (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.