Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

70 -- Cisco Equipment

Notice Date
2/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K3D-9029-0201
 
Archive Date
3/5/2009
 
Point of Contact
Linda Duvall,, Phone: 8014324091
 
E-Mail Address
linda.duvall@us.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Miscellaneous Cisco Equipment. SOLICITATION NUMBER: W67K3D-9029-0201 QUOTE DUE DATE: 18 February 2009 POC: Linda Duvall, Contract Specialist, (801) 432-4091 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. Quotes are being requested and a written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 423430, size standard is 100 Employees. REQUIREMENT: The Utah National Guard has a requirement for Miscellaneous Cisco Equipment, as follows: 1.One (1) Cisco Catalyst Chassis+Fan Tray+SUP 720-10G, Part #VS-C6509E-S720-10G. 2.One (1) Cisco CAT6000-VSS720 ISO IP Services SSH, Part #SV33ISK9C-12233SXH. 3.One (1) Cisco SP Adapter for SUP720 and SUP720-10G, Part #CF-ADAPTER-SP. 4.One (1) Cisco Catalyst 6500 Compact Flash Memory 1GB, Part #MEM-C6K-CPTFL1GB. 5.Two (2) Cisco 10GBASE-CX4 X2 Module, Part #X2-10GB-CX4. 6.One (1) Cisco CAT6500 Supervisor 720 with 2 Ports 10GbE and MSFC3 PFC3C, Part #VS-S720-10G-3C. 7.One (1) Cisco SP Adapter for SUP720 and SUP720-10G, Part #CF-ADAPTER-SP. 8.One (1) Cisco Catalyst 6500 Compact Flash Memory 1GB, Part #MEM-C6K-CPTFL1GB. 9.Two (2) Cisco 10GBASE-CX4 X2 Module, Part #X2-10GB-CX4. 10.One (1) Cisco Catalyst 6500 256MB DDR, xCEF720, Part #MEM0XCEF720-256M. 11.One (1) Cisco 6500 Central Fwd Card for WS-X67xx Modules, Part #WS-F6700-CFC. 12.One (1) Cisco CAT6500 48-Port 10/100/1000 GE Mod. Fabric Enabled, RJ-45, Part #WS-X6748-GE-TX. 13.One (1) Cisco Catalyst 6500 256MB CCR, xCEF720 (67xx Interface, DFC3A), Part #MEM-XCEF720-256M. 14.One (1) Cisco Catalyst 6500 Central Fwd Card for WS-X67xx, Part #WS-F6700-CFC. 15.One (1) Cisco CAT6500 48-Port 10/100/1000 GE Mod. Fabric Enabled, RJ-45, Part #WS-X6748-GE-TX. 16.One (1) Cisco Catalyst 6500 256MB CCR, xCEF720 (67xx Interface, DFC3A), Part #MEM-XCEF720-256M. 17.One (1) Cisco Catalyst 6500 Central Fwd Card for WS-X67xx Modules, Part #WS-F6700-CFC. 18.Two (2) Cisco CAT6500 6000W AC Power Supply, Part #WS-CAC-6000W. 19.Four (4) Cisco AC Power Cord North America (110V, Part #CAB-7512AC. 20.One (1) Cisco SmartNet 8x5xNBD VS-C6509E-S720-10G, Part #CON-SNT-V6509E72. MUST BE A CISCO CERTIFIED VENDOR FOR CISCO LICENSING AND WARRANTY REAONS, LOCAL TRAINING AND SUPPORT REQUIRED. QUOTE ONLY CISCO BRAND, EQUIVALAENTS WILL NOT BE ACCEPTED. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, Evaluation--Commercial Items. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with Alternate I. FAR 52.212-4, Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1; (b) FAR 52.219-8 Utilization of Small Business Concerns; (c) FAR 52.222-3 Convict Labor; (d) FAR 52.222-19 Child Labor – Cooperation with Authorities and Remedies (e) FAR 52.222-21 Prohibition of Segregated Facilities; (f) FAR 52.222-26 Equal Opportunity; (g) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans; Veterans of the Vietnam Era, and other Eligible Veterans; (h) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (i) FAR 52.222-37 Employee Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other eligible Veterans; (j) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (k) FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33, Payment by Electric Funds Transfer-Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Central Contractor Registration, Alternate A. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contracts Payments. DFARS 252.247-7023, Transportation of Supplies by Sea. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) past performance, caliber of offeror’s performance on previous contracts of a similar nature; (2) Cisco Certified Vendor; and (3) total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. Provide detailed quote to include all applicable taxes and gratuities NLT 1:00 P.M. MST on February 18, 2009. Offers may be sent via e-mail to Linda Duvall at Linda.duvall@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above, please not telephone calls. Announcement for Cisco Equipment.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=39511ab23c57e6c2fa86729008ccf7d8&tab=core&_cview=1)
 
Place of Performance
Address: Ship to Address: 12953 South Minuteman Drive, Draper, Utah 84020, Utah, United States
 
Record
SN01746991-W 20090211/090209220312-87316ef2173c48ec99ae8c2ebf0ec8cf (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.