Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
MODIFICATION

70 -- Cisco, etc. Supplies

Notice Date
7/14/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019930214
 
Response Due
7/15/2009
 
Archive Date
1/11/2010
 
Point of Contact
Name: Harry Lundy, Title: Contracting Officer, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1019930214. 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. 132885_01. NASA SEWP IV Bids 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. 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 2009-07-15 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, CISCO Catalyst 4500 Enhanced Chassis (6-slot) fan, no p/s, WS-C4506-E ***EXACT MATCH***, 14, EA; LI 002, CISCO Catalyst 4500 2800W AC Power Supply (Data and PoE)PWR-C45-28 ***EXACT MATCH***, 24, EA; LI 003, CISCO Catalyst 4500 2800W AC Power Supply(Data and PoE) PWR-C45-28 ***EXACT MATCH***, 24, EA; LI 004, CISCO U.S. Power Cord, Twist Lock, NEMA 6-20 Plug CAB-AC-280 ***EXACT MATCH***, 48, EA; LI 005, CISCO Catalyst 4500 E Series Sup 6-E, 2X10GE(X2) w/ Twin Gig WS-X45-SUP ***EXACT MATCH***, 14, EA; LI 006, Cisco CAT4500 IOS ENTERPRISE SERVICES w/o CRYPTO S45EES-122 ***EXACT MATCH***, 6, EA; LI 007, CISCO CAT 4500 IOS-based Supervisor, Compact Flash 128MB Option MEM-C4K-FL ***EXACT MATCH***, 24, EA; LI 008, CISCO Catalyst 4500 E Series, 24-Port GE (SFP) WS-X4624-S ***EXACT MATCH***, 4, EA; LI 009, CISCO Catalyst 4500 Enhanced 48-Port 10/100/1000 (RJ-45) WS-X4548-G ***EXACT MATCH***, 34, EA; LI 010, CISCO GE-SFP, LC connector SX transceiver GLC-SX-MM= ***EXACT MATCH***, 148, EA; LI 011, CISCO SMARTNET 8X5XNBD Cat4500 E-Series 6-Slot Chassis, fan, CON-SNT-C4 ***EXACT MATCH***, 4, EA; LI 012, CISCO 10GBASE-LR X2 Module 2X-10GB-LR ***EXACT MATCH***, 4, EA; LI 013, CISCO Catalyst 4500 Enchanced Chassis (10), fan no p/s WS-C4510R- ***EXACT MATCH***, 10, EA; LI 014, Cisco CAT4500E IOS IP BASE W/O CRYPTO S45EIPB-12 ***EXACT MATCH***, 10, EA; LI 015, CISCO C6K 8 port 10 Gigabit Ethernet module with DFC3C (req. X2) WS-X6708-1 ***EXACT MATCH***, 3, EA; LI 016, CISCO Catalyst 4500 Supervisor ll+10GE, 2x10GE (x2) or 4x1GE WS-X4013+1 ***EXACT MATCH***, 10, EA; LI 017, CISCO 512 DIM DRAM Factory Upgrade for Supervisor II-Plus10GE MEMC4K-U51 ***EXACT MATCH***, 10, EA; LI 018, CISCO Catalyst 4500 FE Switching Module, 48-100FX MMF (MTRJ) WS-X4148-F ***EXACT MATCH***, 30, EA; LI 019, CISCO Catalyst 3750 12-SFP +ISP Image WS-C3750G- ***EXACT MATCH***, 2, EA; LI 020, CISCO AC Power Cord (North American), C13, NEMA 5-15P, 2.1m CAB AC ***EXACT MATCH***, 18, EA; LI 021, CISCO GE SFP, LC connectorLX transceiver GLC-SX-MM= ***EXACT MATCH***, 4, EA; LI 022, Cisco 3701 Chassis, 512MB Memory, A/C Power, 64 MB Flash CISCO3701 ***EXACT MATCH***, 2, EA; LI 023, Cisco 3701 Dual AC Power Suppluy Option PWR-7301/2 ***EXACT MATCH***, 2, EA; LI 024, Cisco 3701 IOS Enterprise S731A-1241 ***EXACT MATCH***, 2, EA; LI 025, CISCO 1GB Memory Upgrae for 7301 MEM-7301-1 ***EXACT MATCH***, 2, EA; LI 026, CISCO Compact Disk Flash for 7301, 128 MB Option MEM-7301-F ***EXACT MATCH***, 2, EA; LI 027, CISCO SMARTNET 8X5XNBD Cisco7302 Chassis CON-SNT-CI ***EXACT MATCH***, 2, EA; LI 028, CISCO 2821 w/ AC PWR, 2GE,4HWICs 3PVDM,1NME-X,2AIM,IP BASE,64F/256D CISCO2821 ***EXACT MATCH***, 2, EA; LI 029, CISCO Power Cord, 110V CAB-AC ***EXACT MATCH***, 12, EA; LI 030, CISCO Cisco 2821/51 ASC power supply PWR-2821-5 ***EXACT MATCH***, 3, EA; LI 031, CISCO Cisco2821/51 Standard Accessory Kit ACS-2821-5 ***EXACT MATCH***, 4, EA; LI 032, CISCO SMARTNET 8X5NBD 2821 W/ AC PWR,2FE,4HWI CON-SNT-28 ***EXACT MATCH***, 2, EA; LI 033, CISCO GigE High Speed WIC Witn One SFP Slot HWIC-1GE-S ***EXACT MATCH***, 2, EA; LI 034, CISCO 64 to 256 MB CF Factory Upgrade for Cisco 2800 Series MEM2800-64 ***EXACT MATCH***, 2, EA; LI 035, CISCO 256 to 1024MB DDR DRAM factory upgrade for Cisco 2821. MEM2821-25 ***EXACT MATCH***, 2, EA; LI 036, CISCO CD for SDM software ROUTER-SDM ***EXACT MATCH***, 2, EA; LI 037, Cisco 2800 ENTERPRISE BASE S28NEBK9-1 ***EXACT MATCH***, 2, EA; LI 038, CISCO GE SFP, LC Connector SX Transceiver GLC-SX-MM= ***EXACT MATCH***, 4, EA; LI 039, CISCO 10GBASE-SR X2 Module X2-10GB-SR ***EXACT MATCH***, 6, EA; LI 040, CISCO GE SFP, LC Connector LX transceiver GLC-LH-SM= ***EXACT MATCH***, 2, EA; LI 041, CISCO Catalyst 2960 24-10/100+ T/SFP LAN Lite Image WS-C2960-2 ***EXACT MATCH***, 2, EA; LI 042, FOPC, DZ2.0 LCD/PC-LCD/PC, 2F 50um, 1m Black BELDEN CBT NXFFZN2LDP0001- BLACK ***BRAND NAME OR EQUAL***, 50, EA; LI 043, FOPC, DZ2.0 LCD/PC-LCD/PC, 2F 50um, 2m Black BELDEN CBT NXFFZN2LDPLPD0002 ***BRAND NAME OR EQUAL***, 10, EA; LI 044, FOPC, DZ2.0 LCD/PC-LCD/PC, 2F 50um, 3m Black BELDEN CBT NXFFZN2LDPLPD0003 ***BRAND NAME OR EQUAL***, 10, EA; LI 045, PS6+Patchcord, 8MOD-8MOD (T568A/B), 10 FT BLACK BELDEN CBT NXGXRSOBKN010.0 ***BRAND NAME OR EQUAL***, 1000, EA; LI 046, PS6+Patchcord, 8MOD-8MOD (T568A/B), 15 FT BLACK BELDEN CBT NXGXRSOBKN015.0 ***BRAND NAME OR EQUAL***, 1000, EA; LI 047, FOPC,DZ2.0 LCD/PC-SCD/PC, 2f 50um, 1m Red BELDEN CBT NXFFZN2LPDSDP0001-RED ***BRAND NAME OR EQUAL***, 20, EA; LI 048, FOPC,DZ2.0 LCD/PC-SCD/PC, 2f 50um, 2m Red BELDEN CBT NXFFZN2LDPSDP0002 ***BRAND NAME OR EQUAL***, 10, EA; LI 049, FOPC,DZ2.0 LCD/PC-SCD/PC, 2f 50um, 3m Red BELDEN CBT NXFFZN2LDPSDP0003 ***BRAND NAME OR EQUAL***, 10, EA; LI 050, FOPC,DZ2.0 MTRJ(f)PC-SCD/PC, 2f 50um 2m Red BELDEN CBT NXF-FZN2-JAP-SDP-0002 ***BRAND NAME OR EQUAL***, 1000, EA; LI 051, FOPC,DZ2.0 MTRJ(f)PC-SCD/PC, 2f 50um 3m Red BELDEN CBT NXFFZN2SDPSDP0003 ***BRAND NAME OR EQUAL***, 1000, EA; LI 052, CISCO Catalyst 3750 48 10/100/1000T + 4 SFP + IPB Image WS-C3750G- ***EXACT MATCH***, 14, EA; LI 053, CISCO AC Power Courd (North American), C13, NEMA 5-15P 2.1 m CAB-AC ***EXACT MATCH***, 18, EA; LI 054, Cisco StakeWise 50CM Stacking Cable CAB-STACK- ***EXACT MATCH***, 16, EA; LI 055, CISCO SMARTNET 8X5XNBD Cat 3750 48 SFP Stdrd Multilayer Image CON-SNT-37 ***EXACT MATCH***, 16, EA; LI 056, CISCO GE SFP, LC connector SX transceiver GLC-SX-MM= ***EXACT MATCH***, 52, EA; LI 057, CISCO Catlayst 3750 12SFP + IPB Image WS-C3750G- ***EXACT MATCH***, 2, EA; LI 058, CISCO 3825 w/AC PWR, 2GE, 1SFP, 2NME, 4HWIC,IP Base 64f?256D CISCO3825 ***EXACT MATCH***, 2, EA; LI 059, Cisco 3825 ENTERPRISE BASE S382EBK9-1 ***EXACT MATCH***, 2, EA; LI 060, CISCO One Port T3/E3 Network Module NM-1T3/E3 ***EXACT MATCH***, 2, EA; LI 061, CISCO 26 TO 1024mb ddr dram FACTORY UPGRADE FOR Cisco 3800. MEM3800-25 ***EXACT MATCH***, 2, EA; LI 062, CISCO 64 to 256 MB CF Factory Upgrade for Cisco 3800 Series MEM3800-64 ***EXACT MATCH***, 2, EA; LI 063, CISCO Cisco 3825 AC Power Supply PWR-3825-A ***EXACT MATCH***, 2, EA; LI 064, CISCO CD for SDM Software. ROUTER-SDM ***EXACT MATCH***, 2, EA; LI 065, CISCO 2821 w/ AC PWR, 2GE,4HWICs,3PVDM,1NME-X,2AIM,IP BASE, 64F/256D CISCO2821 ***EXACT MATCH***, 4, EA; LI 066, CISCO Power Cord, 110V CAB-AV ***EXACT MATCH***, 2, EA; LI 067, Cisco 2821/51 AC power supply PWR-2821-5 ***EXACT MATCH***, 2, EA; LI 068, CISCO Cisco2821/51 Standard Accessory Kit ACS-2821-5 ***EXACT MATCH***, 2, EA; LI 069, CISCO SMARTNET 8X5XNBD 2821 w/AC PWR,2FE,4HWI CON-SNT-28 ***EXACT MATCH***, 4, EA; LI 070, CISCO 64 to 256 MB CF Factory Upgrade for Cisco 2800 Series MEM2800-64 ***EXACT MATCH***, 4, EA; LI 071, CISCO 256 to 1024MB DDR DRAM factory upgrade for Cisco 2821 MEM2821-25 ***EXACT MATCH***, 4, EA; LI 072, CISCO CD for SDM software ROUTER-SDM ***EXACT MATCH***, 6, EA; LI 073, CISCO Cisco 2800 ENTERPRISE BASE S28NEBK9-1 ***EXACT MATCH***, 4, EA; LI 074, CISCO 2-Poer 2nd Gen Mulitfles Truck Voice/WAN int. Card- T1/E1 VW1C2-2MFT ***EXACT MATCH***, 2, EA; LI 075, CISCO GE SFP, LC connector LX transciever GLC-LH-SM= ***EXACT MATCH***, 10, EA; LI 076, FOPC, DZ2.0, LCD/PC-LCD/PC, 2f 50 um, 1m Blue BELDEN CBT NXFFZN2LDPLDP0001-BLUE ***BRAND NAME OR EQUAL***, 50, EA; LI 077, FOPC, DZ2.0, LCD/PC-LCD/PC, 2f 50 um, 2m Blue BELDEN CBT NXFFZN2LDPLDP0002 ***BRAND NAME OR EQUAL***, 25, EA; LI 078, FOPC, DZ2.0, LCD/PC-LCD/PC, 2f 50 um, 3m Blue BELDEN CBT NXFFZN2LDPLDP0003 ***BRAND NAME OR EQUAL***, 25, EA; LI 079, PS6+Patchcord, 8MOD-8MOD (T568A/B), 10 Ft Blue BELDEN CBT NXGX-RSOBK-NBL-010.0 ***BRAND NAME OR EQUAL***, 350, EA; LI 080, PS6+Patchcord, 8MOD-8MOD (T568A/B), 15 Ft Blue. BELDEN CBT NXGX-RSOBK-NBL-015.0 ***BRAND NAME OR EQUAL***, 350, EA; LI 081, ADTRAN MX2800 DS3 AC Redundant with Modem Bundle 4205290L2 ***BRAND NAME OR EQUAL***, 2, EA; LI 082, ADTRAN 6' Coax Cable (Pair) 1200657L6 ***BRAND NAME OR EQUAL***, 2, EA; LI 083, ADTRAN 100' 64 Pin Amp to Wire Cable 1200287l7 ***BRAND NAME OR EQUAL***, 2, EA; LI 084, ADTRAN 25' 64 Pin Amp to Wire Cable 1200287l1 ***BRAND NAME OR EQUAL***, 2, EA; LI 085, CANOGA PERKINS Model 1020 Enclosure. MODEL 1020 ***BRAND NAME OR EQUAL***, 4, EA; LI 086, CANOGA PERKINS 1310 nm SM SC 10 db FOM DS3 2346-1324 ***BRAND NAME OR EQUAL***, 4, EA; LI 087, BELDEN FOPC, DZ2.0, SCD/PC-SCD/PPC, 2f Singlemode, 1m Yellow NXFFZS2SDPSDP0001 ***BRAND NAME OR EQUAL***, 10, EA; LI 088, BELDEN FOPC, DZ2.0, SCD/PC-SCD/PPC, 2f Singlemode, 2m Yellow NXFFZS2SDPSDP0002 ***BRAND NAME OR EQUAL***, 10, EA; LI 089, BELDEN FOPC, DZ2.0, SCD/PC-SCD/PPC, 2f Singlemode, 3m Yellow NXFFZS2SDPSDP0003 ***BRAND NAME OR EQUAL***, 10, EA; LI 090, BELDEN FOPC, DZ2.0, LCD/PC-SCD/PPC, 2f Singlemode, 2m Yellow NXFFZS2LPDSDP0002 ***BRAND NAME OR EQUAL***, 10, EA; LI 091, BELDEN FOPC, DZ2.0, LCD/PC-SCD/PPC, 2f Singlemode, 3M Yellow NXFFZS2LDPSDP0003 ***BRAND NAME OR EQUAL***, 1, EA; LI 092, BELDEN PS5E HD-BIX Patch Panel, 2U, 48-Port AX100473 ***BRAND NAME OR EQUAL***, 2, EA; LI 093, BLACK BOX Rackmount Fan Tray, 1U RM8002 ***BRAND NAME OR EQUAL***, 2, EA; LI 094, BLACK BOX 20-AMP Rackmount Surge Protector Power Strip SP472A-R3 ***BRAND NAME OR EQUAL***, 2, EA; LI 095, BROTHER P-Touch Labels, Red, on White Tape, 3/4" TZ-242 ***BRAND NAME OR EQUAL***, 5, EA; LI 096, BROTHER P-Touch Lables, Red, on White Tape 1/2" TZ-231 ***BRAND NAME OR EQUAL***, 5, EA; LI 097, BROTHER P-Touch Lables, Black on White Tape 3/4" TZ-241 ***BRAND NAME OR EQUAL***, 5, EA; LI 098, BROTHER P-Touch Lables,Black, on White Tape 1/2" TZX231 ***BRAND NAME OR EQUAL***, 5, EA; LI 099, BROTHER P-Touch Lables,Black, on White Tape 1/4" TZ-211 ***BRAND NAME OR EQUAL***, 10, EA; LI 100, PANDUIT HOOK & LOOP TAK-TY.75" 50#BLACK15' HLS-15R0 ***BRAND NAME OR EQUAL***, 10, EA; LI 101, PANDUIT HOOK & LOOP TAK-TY.75" 50#BLUE 15' HLS-15R6 ***BRAND NAME OR EQUAL***, 10, EA; LI 102, PANDUIT HOOK & LOOP TAK-TY.75" 50#RED15' HLS-15R2 ***BRAND NAME OR EQUAL***, 10, EA; LI 103, PANDUIT HOOK & LOOP TAK-TY.75" 50#GREY15' HLS-15R8 ***BRAND NAME OR EQUAL***, 10, EA; LI 104, PANDUIT Nylon Cable, Clamp and Marker Ties 8.0 in PLT2I-C ***BRAND NAME OR EQUAL***, 2, EA; LI 105, SUPERIOR MODULAR Double sided Horizontal Cable Organizer Kit COD1719 ***BRAND NAME OR EQUAL***, 6, EA; LI 106, SUPERIOR MODULAR Relay Rack Shelf 14" Front, Solid RRS1914FMS ***BRAND NAME OR EQUAL***, 2, EA; LI 107, SUPERIOR MODULAR Interbay Horzontal Cable Manager CO3519L ***BRAND NAME OR EQUAL***, 4, EA; LI 108, Cisco CAT4500e IOS IP Base W/O CRYPTO S45IPB-122 ***EXACT MATCH***, 10, 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. 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.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (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. The IRM/OPS/ITI Special Projects Office recommends a brand name procurement of the Cisco equipment listed in this buy. The equipment listed has been identified as key components of the Department of State infrastructure. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the Department of State network requirements. To ensure compatibility with existing network components in the field, the Line Cards and Modules must be a Cisco model and provided by a Cisco reseller. IRM/OPS/ITI Special Projects has identified the Cisco equipment listed in paragraph two (2) as key components of the Departments networking system. Equipment listed is required to provide network connectivity to existing Department of States enterprise network infrastructure based on existing management tools and routing capabilities that requires two critical protocols supported only by Cisco network switches; HSRP (Hot Standby Router Protocol) and EIGRP (Enhanced Interior Gateway Routing Protocol). The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority. As this is a brand name only justification, no one contractors unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Departments requirements as a key component of the Departments networking system. This acquisition will be advertised on FedBid, a reverse auction site. If Seller is offering Cisco Brand product, they affirm the following: A)The products offered in this bid are brand new, not gray market and are in original packaging. B) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. C) 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
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019930214/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520<br />
Zip Code: 20520<br />
 
Record
SN01874973-W 20090716/090715000459-27d6fd1c6b41f1014bb5b2958ed64c66 (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.