Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

70 -- Cisco 6500 Switches and Equipment

Notice Date
5/29/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, PO BOX 9115, Arlington, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-831009_001
 
Response Due
5/29/2008
 
Archive Date
11/25/2008
 
Point of Contact
Name: Jennifer Leung, Title: Contract Specialist, Phone: 7038756055, Fax: 7035161520
 
E-Mail Address
leungjb@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1019-831009_001. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 65448_04. NASA SEWP IV Contracts Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-05-29 15:30:00.0 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, ENH C6509 CHASSIS, 9SLOT, 15RU, NO POW SUPPLY, NO FAN TRAY -WS-C6509-E, 1, EA; LI 002, CAT6000-SUP720 IOS IP SERVICES SSH - S733ISK9-12233SXH, 1, EA; LI 003, CATALYST 6500 / CISCO 7600 SUPERVISOR 720 FABRIC MSFC3 PFC3B - WS-SUP720-3B, 1, EA; LI 004, SP ADAPTER WITH COMPACT FLASH FOR SUP720 - CF-ADAPTER-SP, 1, EA; LI 005, CATALYST 6500 / CISCO 7600 SUPERVISOR 720 FABRIC MSFC3 PFC3B - WS-SUP720-3B, 1, EA; LI 006, SP ADAPTER WITH COMPACT FLASH FOR SUP720 - CF-ADAPTER-SP, 1, EA; LI 007, CATALYST 6000 48PT GIGE MOD FAB ENBL FACTORY - WS-X6748-SFP, 2, EA; LI 008, Cat6500 48-port 10/100/1000 GE Mod: fabric enabled, RJ-45 - WS-X6748-GE-TX, 1, EA; LI 009, CATALYST 6509 FAN TRAY FOR ISBU - WS-C6509-E-FAN, 1, EA; LI 010, CATALYST 6500 3000W AC POWER SUPPLY - WS-CAC-3000W, 2, EA; LI 011, POWER CORD, 250VAC 20A, STRAIGHT BLADE NEMA 6-20 PLUG, US - CAB-AC-2500W-US1, 1, EA; LI 012, CATALYST 6500 SUP720 COMPACT FLASH MEM 512MB - MEM-C6K-CPTFL512M, 1, EA; LI 013, BOOTFLASH FOR SUP720-64MB-RP - BF-S720-64MB-RP, 1, EA; LI 014, CATALYST 6000 SUP2 MEM 512MB DRAM OPTION - MEM-S2-512MB, 1, EA; LI 015, CATALYST 6000 MSFC2 MEM 512MB DRM FACTORY ISNT - MEM-MSFC2-512MB, 1, EA; LI 016, CATALYST 6500 SUP720 COMPACT FLASH MEM 512MB - MEM-C6K-CPTFL512M, 1, EA; LI 017, BOOTFLASH FOR SUP720-64MB-RP - BF-S720-64MB-RP, 1, EA; LI 018, CATALYST 6000 SUP2 MEM 512MB DRAM OPTION - MEM-S2-512MB, 1, EA; LI 019, CATALYST 6000 MSFC2 MEM 512MB DRM FACTORY ISNT - MEM-MSFC2-512MB, 1, EA; LI 020, 256MB DDR, XCEF720 INTERFACE MOD - MEM-XCEF720-256M, 1, EA; LI 021, CATALYST 6500 CENTRAL FWD CARD FOR WS-X67X MOD - WS-F6700-CFC, 1, EA; LI 022, 256MB DDR, XCEF720 INTERFACE MOD - MEM-XCEF720-256M, 1, EA; LI 023, CATALYST 6500 CENTRAL FWD CARD FOR WS-X67X MOD - WS-F6700-CFC, 1, EA; LI 024, 256MB DDR, XCEF720 INTERFACE MOD - MEM-XCEF720-256M, 1, EA; LI 025, CATALYST 6500 CENTRAL FWD CARD FOR WS-X67X MOD - WS-F6700-CFC, 1, EA; LI 026, CISCO CISCO GE SFP LC CONN LX LH XCVR - GLC-LH-SM=, 12, EA; LI 027, CISCO GLC-SX-MM= ((The GLC-SX-MM is an SFP which is the correct part# for the WS-X6748-SFP line card.)), 24, EA; LI 028, SMARTNET 8X5XNBD - CON-SNT-WS-C6509, 1, 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. A Seller 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 seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS. New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICES. SHIPPING DOCUMENTS WILL CLEARLY 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. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. In support of the Department of States mandated Change Configuration Control, the approval of Brand Name equipment that affects the enterprise security policies and management compatibility are justified as follows: The requesting office is the U.S. Department of State, Bureau of Information Resource Management (IRM) Enterprise Network Management (ENM) Office. The IRM/OPS/ENM is requesting authorization to procure software, routers, switches, memory adaptors, cables and connectors and related accessories with associated licensing and maintenance that is IPv6 capable. The 41 USC 253(c)(1), and FAR 6.302-1 are cited as the statutory authority. ENM is currently using Cisco equipment to route traffic in the network core. For warranty purposes, Cisco recommends that we use Cisco spare parts, such as memory, when performing the upgrade. Cisco not only has the ITCCB authorized software but has supplied it in the past and is familiar with the requirements. Research has been conducted and it has been determined that acquiring the Cisco products is the most cost effective means to meet the DoS support requirements. We are upgrading existing Cisco equipment and this equipment is the only authorized by Cisco to use in their routers. Utilizing equipment other than Cisco could be grounds for disqualification of SmartNet maintenance contracts. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=02edb9938dcc758b0057e4fd90f82d31&tab=core&_cview=1)
 
Place of Performance
Address: Springfield, VA 22153
Zip Code: 22153
 
Record
SN01582865-W 20080531/080529221627-efab4272bc42dc6a5c0538f4bb5e0511 (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.