Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
SOLICITATION NOTICE

70 -- CISCO, APC, PATCH CORDS

Notice Date
2/2/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-731858
 
Response Due
2/7/2007
 
Archive Date
8/6/2007
 
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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019-731858 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. 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 qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-02-07 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Cisco 1000Base SX Short Wavelength GBIC, Multimode; Part Number WS-G5484=, 36, EA; LI 002, Cisco Fiber SFP Module, 1000Base SX Short Wavelength, Multimode; Part Number GLC-SX-MM=, 150, EA; LI 003, CISCO 100BASE-FX MMF; PART NUMBER GLC-FE-100FX=, 21, EA; LI 004, Cisco Catalyst 3750 Switch, 12-SFP-Port, Enhanced Image; Part Number WS-C3750G-12S-E with Cisco Stackwise 50CM Stacking Cable; Part Number CAB-STACK-50CM, 110v Power Cord; Part Number CAB-AC; and SmartNet Warranty; Part Number CON-SNT-3750G12E Cisco 3750G-12 Configured Switch to include the following: 1 each ? WS-C3750G-12E Cisco Catalyst 12 SFP Port Enhanced Switch 1 each ? CAB-STACK-50CM Cisco Stackwise 50CM Stacking Cable 1 each ? CAB-AC 110v Power Cord 2 each ? CON-SNT-3750G12E SmartNet 8x5xNBD, 6, EA; LI 005, Cisco 4506 Switch configured to GITM Specifications (see atttached), 18-GBIC-Ports, 48-10/100/1000 T-Base Ports, 2 1000W Power Supply; SmartNet Warranty; Part Number B-WS-C4506 Cisco 4506 Configured Switch to include the following: 1 each ? WS-C4506 Catalyst 4500 Chassis 1 each ? PWR-C45-1000AC 1000 Watt Power Supply 1 each ? PWR-C45-1000AC/2 1000 Watt Power Supply 2 each ? CAB-7KAC Power Cord Set 1 each ? WS-X4515 Supervisor Module 1 each ? S4KL3K9-12220EWA IOS 1 each ? MEM-C4K-FLD64M 65MB Memory Option 3 each ? WS-X4306-GB GIG Ethernet Module 1 each ? WS-X4548-GBRJ45 48-port Module 2 each ? CON-SNT-WS-C4506 8x5xNBD SmartNet Service 18 each ? WS-G5484 GBICS, 2, EA; LI 006, Cisco Catalyst 2960 24-port Switch; Part Number WS-C2960-24TC-L; To include 110v Power Cord, Part Number CAB-AC, 26, EA; LI 007, Cisco Catalyst 2960 48-port Switch; Part Number WS-C2960-48TC-L; To include 110v Power Cord, Part Number CAB-AC, 59, EA; LI 008, Hewlett Packard Internal AIT-3 100GB Hot Swap Tape Drive; Part Number CY-8103-00/HP, 8, EA; LI 009, Hewlett Packard TFT7600 US Rackmount Keyboard, Monitor, Mouse; Part Nubmer AG052A, 7, EA; LI 010, APC SMart UPS Simple Signaling Cable; Part Number 940-0020, 16, EA; LI 011, APC Smart Slot Expander Card, DB-9, RS-232; Part Number AP9607, 8, EA; LI 012, APC Smart UPS 700, 450W, Input 120/240 VAC, Output 120VAC; Part Number SU700X167, 40, EA; LI 013, APC Smart UPS 2200VA/1600W, Rack Mount, 2U, Input 120VAC, Output 120VAC; Part Number SUA2200RM2U, 19, EA; LI 014, 3-FOOT CAT5E PATCH CORD, STRAIGHT THROUGH, 12, EA; LI 015, 20-foot Cat5e Patch Cable, RJ45-to-RJ45, Straight Through, 48, EA; LI 016, 3-METER MTRJ-TO-SC DUPLEX FIBER PATCH CORD, 30, EA; LI 017, 2-METER LC-TO-LC DUPLEX FIBER CORD, 45, EA; LI 018, 2-METER LC-TO-SC DUPLEX FIBER PATCH CORD, 16, EA; LI 019, 3-METER LC-TO-SC DUPLEX FIBER PATCH CORD, 52, EA; LI 020, 7.8 INCH NYLON CABLE TIE, 100 PER PACKAGE, 9, EA; LI 021, Transition Networks 10/100Base-TX (RJ45) to 100BFX (SC) Transceiver, Part Number J/E-PSW-FX-02(SC), 7, EA; LI 022, MTRJ-TO-MTRJ FIBER COUPLER, 15, 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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 at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments 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 bid on this requirement, Sellers must be Cisco Gold, Silver or Premier Partners. PR 138615 Cisco Switches APC UPS, APC UPS Cables HP Tape Drive, HP TFT Display (2) Nature and/or description of the action being approved. Description of Items: The GITM Program recommends a brand name procurement of the following equipment: Part Number Description J/E-PSW-FX-02(SC) 10/100Base-TX (RJ45) to 100BaseFX (SC) Transceiver CY-8103-00/HP AIT-3 Tape Drive for HP/Compaq Servers AG052A TFT7600 Display (Integrated Monitor, Mouse, Keyboard) WS-G5484= Cisco Fiber GBIC Module, 1000Base-SX GLC-SX-MM= Cisco Fiber SFP Module, 1000Base-SX GLC-FE-100FX= Cisco 100Base-FX MMF (MTRJ) WS-C3750G-12S-E Cisco 3750G-12 Switch, 12-ports, SmartNet B-WS-C4506 Cisco 4506 Switch Configured to GITM Specs with SmartNet WS-C2960-24TC-L Cisco 2960-24TC-L Switch, 24-port WS-C2960-48TC-L Cisco 2960-48TC-L Switch, 48-port 940-0020 APC Smart UPS Simple Signaling Cable, Grey AP9607 APC Smart Slot Expander Card, DB-9, RS-232 SU700X167 APC Smart UPS 700 SUA2200RM2U APC Smart UPS 2200VA The Cisco Switches, APC UPS, APC UPS Cable and Expander Card, Transceiver, and Hewlett Packard AIT-3 Drive and TFT Display listed above have been identified as key components of the Department of State infrastructure. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the Department of State network requirements. IRM/OPS/PMA has identified the equipment listed in paragraph two (2) as a key component of the Department?s networking system. Equipment listed above is required to provide network connectivity to existing Department of State?s enterprise network infrastructure based on existing management tools and routing capabilities that require two critical protocols supported only by Cisco network switches; HSRP (Hot Standby Router Protocol) and EIGRP (Enhanced Interior Gateway Routing Protocol). Furthermore, APC Smart-UPS is an IRM ITCCB approved hardware and used to provide power protection for several years. Use of third party equipment which has not been tested by the Department for compatibility with existing hardware and software at this time will cause unacceptable delays to the Program in support of the unclassified and classified IT refresh. 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. The equipment listed in paragraph two (2) have undergone testing, assessment, and evaluation for compatibility with existing hardware and software and are approved for use by the IRM ITCCB for unclassified and classified network.
 
Web Link
www.fedbid.com (b-36713_01, n-5055)
(http://www.fedbid.com)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01224663-W 20070204/070202220521 (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.