Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

70 -- Cisco Network Upgrades

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2VUJ0155AC02
 
Response Due
7/16/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for a commercial supplies 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ0155AC02. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following items: brand name only CISCO Network upgrades for the Enterprise network Lab. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 effective 15 May 2007, DFAR DCN 20070531, and AFFAR AFAC 20070531. Fed Biz Ops Numbered Notes per FAR Part 5.207-13(e) Apply: 12, 13, 29. The North American Industry Classification System code (NAICS), 334111 Electronic Computer Manufacturing. The Standard Industrial Classification (SIC) is 3571, Computers Merchant Wholesalers. The proposed contract is set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. A firm fixed price contract will be awarded. All interested parties must bid on all items. DESCRIPTION OF REQUIREMENT: Description Manufacture Part Number Number of Units Cisco IP Video Phone 7985 NTSC Cisco Systems CP-7985-NTSC 4 7900 Series Transformer Power Cord, North America Cisco Systems CP-PWR-CORD-NA 4 Station User License, Cisco IP Phone 7980 series Cisco Systems SW-CCM-UL-7985 4 IP Phone power transformer for the 7900 phone series Cisco Systems CP-PWR-CUBE-3 4 SMARTNET 8X5XNBD Cisco IP Video Phone 7985 PAL (1 YR) Cisco Systems CON-SNT-CP7985 4 ASA 5520 Appliance with SW, HA, 4GE+1FE,3DES/AES Cisco Systems ASA5520-BUN-K9 2 Power Cord, 110V Cisco Systems CAB-AC 1 ASA 5500 Series Software v7.0 Cisco Systems SF-ASA-7.0-K8 2 ASA 5520 VPN Plus 750 Peer License Cisco Systems ASA5520-VPN-PL 2 ASA 5500 Stron Encryption License (3DES/AES) Cisco Systems ASA5500-ENCR-K9 2 Cisco VPN Client Software Cisco Systems ASA-VPN-CLNT-K9 2 ASA/IPS SSM Slot Cover Cisco Systems SSM-BLANK 2 SMARTNET 8X5NBD ASA5520 w/300 VPN Prs 4GE+1FE, 3DES/AES Cisco Systems CON-SNT-AS28BUNK9 2 2811 Bundle w?AIM-VPN/SSL-2,Adv. IP Serv, 10 SSL Lic 64F/256D Cisco Systems CISCO2811-HSEC/K9 6 256 to 512MB DDR DRAM Factory upgrade for the Cisco 2811 Cisco Systems MEM2811-256U512D 6 64 to 256 CF Factory Upgrade for Cisco 2800 Series Cisco Systems MEM2800-64U256CF 6 Power Cord, 110V Cisco Systems CAB-AC 6 Cisco 2800 ADVANCED IP SERVICES Cisco Systems S28NAISK9-12409T 6 Cisco 2811 AC Power Supply Cisco Systems PWR-2811-AC 6 Feature License IOS SSL VPN Up To 10 Users (Incremental) Cisco Systems FL-WEBVPN-10-K9 6 Device Manager for routers Cisco Systems Router-SDM 6 DES/3DES/AES/SSL VPN Cisco Systems AIM-VPN/SSL-2 6 SMARTNET 8X5NBD 2811 Security Bundle (1 YR) Cisco Systems CON-SNT-C2811HSE 6 8-Port Async/Sync Serial Network Module Cisco Systems NM-8A/S 4 32 port Asynchronous Module Cisco Systems NM-32A 2 Catalyst 3560 24 10/100 + 2 SFP Enhanced Image Cisco Systems WS-C3560-24TS-E 2 Power Cord, 110V Cisco Systems CAB-AC 2 SMARTNET 8X5NBD Cat 3560 24 10/100 + 2 SFP Enhanced (1 YR) Cisco Systems CON-SNT-356024TE 2 This is a brand name only acquisition which is approved based upon the following excert from the Contracting Officer signed Justification and approval. The USSOCOM Enterprise Network Test and Evaluation Environment is a scaled replication of USSOCOMs real operational environment, and as such it must be a exact duplication of the real operational environment to maintain any value. The role of this environment is to accurately represent the USSOCOM production environment on a smaller scale. This environment is used to evaluate any risks new products or service might have on the production network and so must match exactly. USSOCOM currently has over $1 Million in equipment in the Test and Evaluation Environment which matches the exact make and model of the equipment in the production network. The requested Cisco hardware and software is a sample of the more the $50 Million in Cisco devices throughout the USSOCOM Network Enterprise. Utilization of any non Cisco products would also be reguired to be incorporated into the operational environment, which can reasonably be assumed to cost 50 times more than the requested Cisco equipment (1/50 scale). Without this brand name procurement any future products or service offerings on the Enterprise would put USSOCOM assets at substantial risk from network failure or compromise. Award will be made to the quotation which offers the best value to the government. Multiple awards may be accomplished if any items are determined to be unbalanced. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Item is to be procured on behalf of USSOCOM, MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Central Contractor Registration, Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 16 July 2007 by 1600 (4:00PM) EST. Submit offers or any questions to the attention of SrA Nathan J. Bowles, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to nathan.bowles@macdill.af.mil.
 
Place of Performance
Address: HQ USSOCOM SONC-J6-B, 2705 ZEMEKE, BLDG #536 Tampa, FL,
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01335996-W 20070708/070706220828 (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.