Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOLICITATION NOTICE

70 -- CISCO Converters and Switches

Notice Date
6/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4809-07-Q-0156CISCO
 
Response Due
6/21/2007
 
Archive Date
7/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Acquisition for CISCO Switches and Converters 1. Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to purchase of Eight (8) CISCO 1000 Base-T Small Form-factor Pluggable (SFP) Converters P/N: CIS-GLC-T and Four (4) CISCO Catalyst 24 Port Switch P/N: CIS-WS-C3750-24PS-S. No other Brand-Name will satisfy this requirement. This will be a Brand-Name Firm-Fixed Price Procurement and will be procured using commercial procedures and FAR Part 6.302-1(c). The Solicitation Number is FA4809-07-Q-0156. 2. The applicable North American Industry Classification System (NAICS) Code for this acquisition is 334210 with a small business size standard of 1000 employees. This will be issued as a 100% small business set-aside. 3. It is anticipated the solicitation will be issued electronically on or about 13 June 07 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Recommend registering immediately in order to be eligible for timely award. Primary POC is TSgt Brian Cooper at (919) 722-5405, email address is brian.cooper@seymourjohnson.af.mil. Alternate POC is SrA Marlese Miles at (919) 722-5408, email address is marlese.miles@seymourjohnson.af.mil. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION CISCO CATALYST SWITCHES AND CONVERTERS I. CONTRACTING ORGANIZATION: The contracting organization responsible for this action is the 4th Contracting Squadron, 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC, 27531. II. DESCRIPTION OF ACTION: The contractual action is a Brand Name Firm-Fixed Price Contract for the purchase of Catalyst Switches manufactured by Cisco Systems, Inc. for the 4th Communications Squadron. III. DESCRIPTION OF SUPPLIES/SERVICES: The required supplies are: Four (4) Each Cisco Catalyst 24 Port Switches P/N CIS-WS-CS3750-24PS-S and Eight (8) Each Cisco 1000 Base-T Small Form-factor Pluggable (SFP) Converters P/N CIS-GLC-T. IV. AUTHORITY: The statutory authority permitting other than full and open competition for this acquisition is 10 U.S.C. 2304(c)(1) and the Federal Acquisition Regulation Part 6.302-1(c). V. APPLICABILITY OF AUTHORITY: The required items are the only switches to be placed on the Air Combat Command (ACC) computer network. Cisco is the only Air Force approved manufacturer of NIPRNET/SIPRNET infrastructure items necessary for upgrade, monitoring, and maintenance. These brand name items are required to ensure compatibility with Cisco Software that currently manages the switches. If a new system needed to be purchased to replace the current system it would cost the Government approximately $1,000,000.00. The duplication of costs is not expected to be recovered through full and open competition. VI. EFFORTS TO OBTAIN COMPETITION: A notice for competition for this Brand Name requirement is being posted to the Federal Business Opportunities website as required by FAR 5.2, 6.302-1( c) and 11.105. Market research revealed that Cisco Systems, Inc. has several authorized Small Business distributors. VII. FAIR AND REASONABLE COST: The anticipated cost is being determined fair and reasonable in accordance with FAR 13.106-3 a (1), competitive quotations. VIII. MARKET SURVEY: A full market survey was accomplished in accordance with FAR Part 10 and it has been determined that only one brand name will satisfy the Government. IX. OTHER FACTS: Cisco Systems, Inc. products will integrate seamlessly with existing infrastructure equipment owned by the 4th Communications Squadron. X. INTERESTED SOURCES: The following companies were interested in the requirement: Telecommunications Solutions Group, Inc, Ronco Communications Inc, and Telworx Corporation Inc. They are all authorized distributors for Cisco Systems, Inc. XI. STEPS TO FOSTER COMPETITION: See paragraph VI above. XII. TECHNICAL REQUIREMENTS/PERSONNEL CERTIFICATION: The using activity has certified that the technical requirements are complete and accurate. XIII. CONTRACTING OFFICER?S CERTIFICATION: The Contracting Officer?s signature on the Justification Review Document represents certification that the justification is accurate and complete to the best of his/her knowledge.
 
Place of Performance
Address: 4th Contracting Sq, 1695 Wright Brothers AVE, Seymour Johnson AFB NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01317664-W 20070615/070613220944 (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.