Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

70 -- JWCIS Black Router Upgrade

Notice Date
9/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 W. Peachtree Street, Suite 2700, Atlanta, GA 30308
 
ZIP Code
30308
 
Solicitation Number
4QBF21083903
 
Response Due
9/18/2008
 
Archive Date
3/17/2009
 
Point of Contact
Name: Markee Lane, Title: Project Manager, Phone: 404-331-1846, Fax: 404-331-0483
 
E-Mail Address
markee.lane@gsa.gov;
 
Small Business Set-Aside
Total Small Business
 
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 4QBF21083903 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 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334613 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside 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 2008-09-18 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28310 The GSA FTS Region 4 requires the following items, Brand Name or Equal, to the following: LI 001, CSU/DSU WAN Interface card, 1, EA; LI 002, 3845 Bund. w/AIM-VPN/SSL-3,Adv. IP Serv,25 SSL lic,128F/512D-10, 1, EA; LI 003, One port T3/E3 network module-11, 1, EA; LI 004, Feature License IOS SSL VPN Up To 25 Users (Incremental)-12 PRICE INCLUDED IN BUNDLE; DO NOT QUOTE, 1, EA; LI 005, CD for SDM software-13PRICE INCLUDED IN BUNDLE; DO NOT QUOTE, 1, EA; LI 006, Cisco 3845 AC power supply-14PRICE INCLUDED IN BUNDLE; DO NOT QUOTE, 1, EA; LI 007, Cisco 3845 ADVANCED IP SERVICES-15PRICE INCLUDED IN BUNDLE; DO NOT QUOTE, 1, EA; LI 008, Power Cord,110V-16PRICE INCLUDED IN BUNDLE; DO NOT QUOTE, 1, EA; LI 009, DES/3DES/AES/SSL VPN Encryption/Compression-17PRICE INCLUDED IN BUNDLE; DO NOT QUOTE, 1, EA; LI 010, 64 to 128 MB CF Factory Upgrade for Cisco 3800 Series-18PRICE INCLUDED IN BUNDLE; DO NOT QUOTE, 1, EA; LI 011, 256 to 512MB DRAM (single DIMM) Factory upgrade for 3800-19PRICE INCLUDED IN BUNDLE; DO NOT QUOTE, 1, EA; LI 012, SMARTNET 8X5XNBD 3845 Security Bundle-20 (Service Item - site information, 1, EA; LI 013, 1000BASE-T SFP, 4, EA; LI 014, 24 Port Fiber Optic Switch, 2, EA; LI 015, 1m MM MTRJ Male/MTRJ Female DUPLEX PATCH CABLE - ORANGE, 45, EA; For this solicitation, GSA FTS Region 4 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. GSA FTS Region 4 is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, 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, notify the point of contact 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery MUST be made prior to 9/30/2008. Also, All deliverables are required to be delivered before or by 9/30/2008. The Government may make no award(s) and cancel this Request for Quote if delivery dates, pricing or other considerations are not favorable or meet the Government's need. Upon delivery, all shipping documents and equipment containers will include GSA-IT order number and/or Act number. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Failure to comply with the below instructions may result in quote being determined as non-responsive Vendors / sales agents submitting quotes MUST BE registered in ITSS. If vendor registration assistance is needed contact 877.243.2889 Option Contact Markee.Lane@gsa.gov or call 404-331-1846 to address any questions or comments New equipment ONLY, NO remanufactured products, and NO "gray market". All must be covered by the manufacturer's warranty. SOLICITATION IS FOR BRAND NAME PRODUCTS OR EQUAL. Bid MUST be good for 30 calendar days after submission Quote is to include all fees, including shipping or freight costs. Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. Quote per specifications requested. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. NO partial shipments (If Shipment is Applicable) unless specifically authorized at time of award. All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. Quote must include (if applicable) verification that the product and/or services have been evaluated and validated by the NSA or in accordance with NSA-approved processes in accordance with Defense Confidentiality DCAS-1 (see also DODI 8500.2, February 6, 2003). The Awardee MUST strictly follow GSAs invoicing procedures which will be stated on the award document and includes MANDATORY COMPLIANCE with this essential instruction: Contractor must submit an acceptance document and attach a copy of the invoice to IT-Solutions Shop (IT-Solutions.gsa.gov). Failure to enter the invoice will result in a rejection When submitting invoice, invoice must include ONLY the line items quoted. This requirement will be awarded based on the lowest price technically acceptable.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=421d831b92b52fcb844ad824ac277d8f&tab=core&_cview=1)
 
Place of Performance
Address: Fort Bragg, NC 28310<br />
Zip Code: 28310-5000<br />
 
Record
SN01669010-W 20080914/080912222419-421d831b92b52fcb844ad824ac277d8f (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.