Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
MODIFICATION

99 -- Juniper Equipment

Notice Date
3/25/2008
 
Notice Type
Modification
 
Contracting Office
BUREAU OF RECLAMATION PO BOX 25007, 84-27810 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
08SQ810121
 
Response Due
3/7/2008
 
Archive Date
3/25/2009
 
Point of Contact
Joy Ewalt Contract Specialist 3034452437 jewalt@do.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC..GOV)
 
Small Business Set-Aside
Total Women-owned Business
 
Description
SYNOPSIS/SOLICITATION Solicitation # 08SQ810121 This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR 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. The solicitation number is 08SQ810121 and is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23, dated January 25, 2008. This solicitation is set-aside for 8 (a) women owned small businesses. The North American Industrial Classification Code is: 541513 THE FOLLOWING ITEM DESCRIPTION AND DELIVERY APPLIES: The Bureau of Reclamation (BOR) has a requirement for maintenance and technical support on the Reclamation owned Juniper equipment. This support will cover the accelerator appliances and software updates on all Reclamation owned equipment used within the Corporate Infrastructure. Coverage required is 8X5 hardware coverage with next day replacement. This allows for diagnostics in order to determine the problem areas of the equipment and fast replacement of any parts that might fail. As stated above, Reclamation uses Cisco equipment in the routed and switched environment and Juniper accelerators in its wide area network for compression. This equipment has been used as the standard equipment throughout the Bureau, and in order to maintain a stable accelerator solution need to have equipment items to interface. Place of Performance: Bureau of Reclamation, Denver Federal Center, 6th and Kipling, Denver, CO 80225 Building 67. Offerors/Bidders/Quoters must review and comply with the Federal Acquisition Regulations (FAR) provisions/clauses which apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clause/provisions are specifically referenced and are required in the response to this solicitation: CLAUSES INCORPORATED BY REFERENCE 52.212-1 - INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS 52.212-2 - EVALUATION-COMMERCIAL ITEMS - Evaluation factors, price 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid/offer, or you can register your reps and certs online at http://www.orca.bpn.gov 52.212-4 - CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS SYNOPSIS/SOLICITATION Solicitation # 08SQ810121 Page 2 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including, 52.233-3 Protests after award, and 52.333-4 Applicable Law for Breach of Contract Claim, and the following paragraph b) clauses added:: 52.219-06 - Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644) 52.219-08 - Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3) 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222-26 - Equal Opportunity (E.O. 11246) 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.225-3 - Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic funds transfer - Central Contractor Registration Department of the Interior Acquisition Regulations (DIAR) Clauses 1452.210-70 Brand Name or Equal As prescribed in 1410.004-70, insert the following provision: BRAND NAME OR EQUAL -- DEPARTMENT OF THE INTERIOR (JUL 1996) (a) The definition for "brand name" includes identification of products by make and model. (b) The Government has affixed the term "brand name or equal" to one or more requirements in this solicitation. Such description is intended to provide an example of the quality and characteristics the Government deems satisfactory to fulfill this requirement. Unless the bidder/offeror clearly indicates in its bid or proposal that it is offering an "equal" product, the bid/offer will be assumed to offer the brand name product referenced in this solicitation. No refurbished equipment will be accepted only new equipment will be accepted. VENDOR EVALUATION The government intends to make award to the vendor who provides the "best value" to the government at a fair and reasonable firm fixed price. SYNOPSIS/SOLICITATION Solicitation # 08SQ810121 Page 3 REQUEST FOR QUOTES Quotes should be submitted by March 30, 2008 by 4:00 p.m. MST and shall be delivered by the specified time by the following: Mail or FedEx to: Bureau of Reclamation Acquisition Operations Group (AOG) Box 25007, Denver, CO 80225-0007, Attn: Contract Specialist, Joy Ewalt Mail Stop - 84-27810, and or electronic mail submissions to: jewalt@do.usbr.gov No fax or oral quotations will be accepted. Offerors must furnish the following: Solicitation #, company name, DUNS #, TIN #, address, phone and fax number, email address if available, and official point of contact. All quotes must be signed either electronically or manually by a company representative that can officially bind the company by contract. STATEMENT OF WORK GENERAL: The Bureau of Reclamation has a requirement for technical support on the Reclamation owned Juniper equipment. BACKGROUND: This support will cover the accelerator appliances and software updates on all Reclamation owned equipment used within the Corporate Infustructure. WORK TO BE PERFORMEd: Coverage required; 8X5 hardware with next day replacement. This allows for diagnostics in order to determine the problem areas of the equipment and fast replacement of any parts that might fail. GOVERNMENT FURNISHED MATERIALS/SERVICES: N/A SUMMARY OF DELIVERABLES: The Contractor shall provide technical support to the WAN team members on a 8X5 hardware coverage with next day replacement. This allows for diagnostics in order to determine the problem areas of the equipment and fast replacement of any parts that might fail. SYNOPSIS/SOLICITATION Solicitation # 08SQ810121 Page 4 PERFORMANCE PERIOD: Delivery order shall be for one year from the date of award. Review and acceptance of deliverables shall be submitted to the following address f.o.b.: Bureau of Reclamation 6th and Kipling Bldg. 810 N9 Denver Federal Center Lakewood, CO 80225 Attn: Receiving SCHEDULE OF ITEMS: 1. WXC 590 Dual Hard Drives Redundant AC Power - Item #WXC-590 Qty 1/EA 2. Upgrade an WXC 590 from 2mbps to 10mbps - Item #WXOS-590-2-10 Qty 1/EA 3. Upgrade an WXC 590 from 10mbps to 45mbps - Item #WXOS-590-10-45 Qty 1/EA 4. J-CARE next day onsite support for WXC590-H (20MDenver) Item#SVC-NDCE- WXC590-H Qty 1/EA 5. WXC 250, incl. RTU SW License to 128 Kbps - Item#WXC-250 Qty 6/EA 6. Upgrade an WXC 250 from 128 Kbps to 2 Mbps - Item# WXOS-250-128K-2 Qty 6/EA 7. JCare next day support for WXC250-H (1M-2M) - Item#SVC-ND-WXC250-H Qty 6/EA 8. WXC 500, incl. RTU SW License to 512 Kbps - Item#WXC-500 Qty 4/EA 9. Upgrade an WXC 500 from 512 Kbps to 3 Mbps - Item#WXOS-500-512K-3 Qty 4/EA 10. J-CARE next day support for WXC500-M (2M-4M) - Item#SVC-ND-WXC500-M Qty 4/EA
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142581&objId=128566)
 
Place of Performance
Address: Denver Federal Center 6th & Kipling Denver, CO 80225-0007
Zip Code: 802250007
Country: USA
 
Record
SN01541135-W 20080327/080325225316 (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.