Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

58 -- Equipment to Establish Intercommunication System for the US Army Electronic Proving Ground, Fort Huachuca, Arizona 85613

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-EPGMUL
 
Response Due
9/26/2008
 
Archive Date
11/25/2008
 
Point of Contact
Carmen Simotti, 520-533-8189<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement to establish intercommunication system for the Multi-Purpose Test Center. The equipment list is as follows: 1 each; PN: CALLMANAGER-4.3, Top Level part number used to order unified CallManager 4.3. 1 each; PN: MCS-7816-H3-IPC1, HW only MCS-7816-H3 with 2GB RAM and one 160GB SATA HD. Reqest if it has an OS we require W2K3. 1 each; PN: CAB-AC, Power cord, 110V. 1 each; PN: CON-STLOC, State/Local Government 1 year warranty provision (bundled warranty). 2 each; PN: CON-SNT-16H31PC1 SMARTNET 8X5XNBD MCS7816H3 with 2GB RAM-1 160GB SATA HD (years2-3). 1 each; PN: CM4.3-K9-7816-H3, SW only, Unified CallManager 4.3 for MCS 7816-H3, 300 user. Ensure thisis the W2K3 version of CM4.3. 2 each; PN: CON-STLOC, State/Local Government 1 year warranty provision (bundled warranty). 2 each; PN: CON-ESW-437816H3, Essential SW Unified CallManager 4.3 for MCS 7816-H3 (years 2-3). 2 each; PN: CON-ESW-60CMBUN, Essential SW 5 seat CCX ENH CCM bundle (years 2-3). 1 each; PN: USCC-UCM, Software subscription. 2 each; PN: UCSS-UCM-3-10, UCSS for UCM for three years 10 seats. 20 each; PN: CP-7941G, Cisco IP phone 7941G. Ensure that ransformers are included with phones to run a phone to another location without POE. 20 each; PN: SW-CCM-UL-7941, CUCM 3.x or 4.x RTU license for single IP phone 7941. 20 each; PN: CON-STLOC, State/Local Government 1 year warranty provision (bundled warranty). 40 each; PN: CON-SNT-CP7941, SMARTNET 8X5XNBD IP phone 7941, CCME (years 2-3). 3 each; PN: CP-7936, IP Conf. station with external mic ports. 3 each; PN: SW-CCM-UL-7936, CUCM 3.x or 4.x RTU lic. for single Conf. Station 7936. 3 each; PN: CP-PWR-CORD-NA, 7900 Series Transformer Power Cord, North America. 3 each; CON-STLOC, State/Local Govt 1-yr warranty provision (bundled warranty). 6 each; CON-SNT-CP7936, SMARTNET 8X5XNBD IP Conf. Station w e (years 2-3). 2 each; PN: WS-C3560G-48PS-S, Catalyst 3560 48 10/100/1000T PoE + 4 SFP + IPB Image. 2 each; PN: CAB-16AWG-AC, AC Power cord, 16AWG. 2 each; PN: CON-STLOC, State/Local Govt 1-yr warranty provision (bundled warranty). 4 each; PN: CON-SNT-3560G48S, SMARTNET 8X5XNBD Cat 3560 48 10/100/1000T PoE + 4 SF (years 2-3). 2 each; PN: CISCO2821, 2821 with AC PWR, 2GE, 4HWICs, 3PVDM, 1NME-X, 2AIM, IP BASE, 64F/256D. Enusre Cat HWIC card installed. 2 each; PN: CAB-AC, Power Cord, 110V. 2 each; PN: CON-STLOC, State/Local Govt 1-yr warranty. provision (bundled warranty). 4 each; PN: CON-SNT-2821, SMARTNET 8X5XNBD 2821 with AC PWR, 2FE, 4HWI (years 2-3) CON-SNT-2821. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Friday 26 September 2008. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. FAR 52.212-2, Evaluation of Commercial Items. Award will be made based on the low price/technically acceptable offer. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-2007, effective 17 September 2008. This is full and open competition. The NAICS code is 517911. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at htps://www.bpn.gov/CCR/scripts/index.html. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Mar 2008). The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=237fdeaf0ed172510565925f293dfa72&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting Command, E&IO, Attn: SFCA-WS, Electronic Proving Ground, Directorate of Contracting, Bldg 55350, 2000 Arizona Street, Fort Huachuca AZ<br />
Zip Code: 85613-7063<br />
 
Record
SN01678715-W 20080925/080923215824-237fdeaf0ed172510565925f293dfa72 (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.