Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
MODIFICATION

70 -- SUO Cisco IT Equipment

Notice Date
7/29/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
U.S. 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
1019937041_01
 
Response Due
7/31/2009
 
Archive Date
1/27/2010
 
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 1019937041_01. 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. 136182_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 2009-07-31 11:00:00.0 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, APC Smart-UPS, 2200VA/1600W, Rack Mount 2U or 3U, Input 120 VAC, Output 120 VAC P/N: SUA2200RM2U, 162, EA; LI 002, APC Smart-UPS, 2200VA/1600W, Rack Mount 3U, Input 120/240 VAC, Output 120 VAC P/N: SU2200R3X167, 220, EA; LI 003, APC Smart-Slot Expander Card, DB-9, RS-232P/N: AP9607, 30, EA; LI 004, APC. Smart UPS Simple Signaling Cable P/N: 940-0020, 609, EA; LI 005, APC Smart-UPS, 700 VA, 450 W, Input 120/240 VAC, Output 120 VAC P/N: SU700X167, 699, EA; LI 006, APC 8-Port Share-UPS Interface ExpanderP/N: AP9207, 133, EA; LI 007, Cisco 2960-48TC-L Switch, (48) 10/100BaseT (RJ-45) Ports, (2) 10/100/1000BaseT (RJ-45) or SFP Ports P/N: WS-C2960-48TC-L, 562, EA; LI 008, Cisco 3560G-24TS-E Switch, (24) 10/100/1000BaseT (RJ-45) Ports, (4) SFP Ports, Enhanced Image (CON-SNT-3560GTE / Qty. 2 per Switch)P/N: WS-C3560G-24TS-E, 154, EA; LI 009, Cisco 3560G-48TS-E Switch, (48) 10/100/1000Base-T (RJ-45) Ports, (4) SFP Ports, Enhanced Image (CON-SNT-356048GTE / Qty. 2 per Switch)P/N: WS-C3560G-48TS-E, 88, EA; LI 010, Cisco Catalyst 3750-24FS-S Switch, (24) 100Base-FX MTRJ Ports + (2) SFP Ports.P/N: WS-C3750-24FS-S, 7, EA; LI 011, Cisco 3750G-12S Switch, (12) SFP Ports, Standard ImageP/N: WS-C3750G-12S-S, 10, EA; LI 012, Cisco Fiber SFP Module, 1000Base-SX, Short Wavelength, MM OnlyP/N: GLC-SX-MM=, 1014, EA; LI 013, Cisco 100Base-FX SFP Module for GE PortP/N: GLC-GE-100FX=, 24, EA; LI 014, Cisco 1000BASE-SX Short Wavelength GBIC (Multimode only) P/N: WS-G5484=, 158, EA; LI 015, Cisco Catalyst 4500-Series 1000W AC Power Supply P/N: PWR-C45-1000AC=, 5, EA; LI 016, Cisco Catalyst 4500-Series 1000W AC Power SupplyP/N: PWR-C45-1000AC/2, 2, EA; LI 017, Cisco Catalyst 4500 Gigabit Ethernet Module, 6 ports (GBIC) P/N: WS-X4306-GB=, 10, EA; LI 018, Cisco Catalyst 4500 Enhanced 48-port 10/100/1000 Module (RJ-45) P/N: WS-X4548-GB-RJ45=, 3, EA; LI 019, Cisco - Power cable (125 VAC) - NEMA 5-15 (M) - IEC 320 EN 60320 C15 (F) - 8ftP/N: CAB-7KAC=, 4, EA; LI 020, Cisco Catalyst 4500 Supervisor Engine IV ModuleP/N: WS-X4515=, 2, EA; LI 021, Cisco CAT4500 IOS Enterprise Services SSHP/N: S4KL3EK9-12220EWA, 2, EA; LI 022, Cisco Catalyst IOS-Based Supervisor Compact Flash Module, 64 MBP/N: MEM-C4K-FLD64M=, 2, EA; LI 023, Cisco Smartnet 8x5xNBDP/N: CON-SNT-WS-C4506 4506 Chassis Serial Numbers (SF0X11340AQQ and SF0X071301BE), 4, 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. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") 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. eScore vendor configuration (see attached document) for the following is required prior to receipt of equipment: Line item 1 - APC Smart-UPS, 2200VA/1600W, Rack Mount 2U or 3U, Input 120 VAC, Output 120 VACLine item 2 - APC Smart-UPS, 2200VA/1600W, Rack Mount 3U, Input 120/240 VAC, Output 120 VAC Line item 5 - APC Smart-UPS, 700 VA, 450 W, Input 120/240 VAC, Output 120 VAC Line item 7 - Cisco 2960-48TC-L Switch, (48) 10/100BaseT (RJ-45) Ports, (2) 10/100/1000BaseT (RJ-45) or SFP Ports Line item 8 - Cisco 3560G-24TS-E Switch, (24) 10/100/1000BaseT (RJ-45) Ports, (4) SFP Ports, Enhanced Image (CON-SNT-3560GTE / Qty. 2 per Switch)Line item 9 - Cisco 3560G-48TS-E Switch, (48) 10/100/1000Base-T (RJ-45) Ports, (4) SFP Ports, Enhanced Image (CON-SNT-356048GTE / Qty. 2 per Switch) Line item 10 - Cisco Catalyst 3750-24FS-S Switch, (24) 100Base-FX MTRJ Ports + (2) SFP Ports.Line item 11 - Cisco 3750G-12S Switch, (12) SFP Ports, Standard Image Weight is a consideration for all items due to government shipping related costs. Shipping hours are 7:00 AM 3:00 PM, Monday thru Wednesday Driver must call Robert Hall (703-970-2123) for Dock Appointment prior to deliver Order Number (1019-number) Packing slips/Bill of Lading must contain pallet and box count. Shipping Address:oU.S. Department of Stateoc/o ManTecho8020 Grainger Ct., Springfield, VA 22153 Software licenses and key codes to sent to Dawn Cavallo at CavalloDM@state.gov (703-970-2117) via email (including 1019-number in subject line). Pallet height not to exceed 62-inches. Wrapped pallet dimensions: 40x48x62 All pallets must be marked with the requisition order number (1019-number) Pallets must be wood, with standard 3-stringer construction, with 4-way entry. Pallet size should be 40" X 48" with 48" being the stringer length. All boxes and containers must be clearly marked with the requisition reference number found in Block 4, of DoS Form 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 a major component, shipping documents must account for the individual items shipped within the major component. Requisition Number (1019-number) must be clearly printed on all boxes Part number with barcode must be clearly printed on container Serial number with barcode must be clear printed on container (if applicable) If equipment is modified, a new Part Number must be assigned and bar-coded on the container. If equipment is modified, the original Part Number and barcode should not be covered on the container. If a new Serial Number is assigned, it must be bar-coded on the container. The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. Items received must adhere to the configuration as submitted and approved by the PMA Lab. PMA Lab configuration control numbers for approved configurations will be assigned. Vendors must deliver to the locked configuration as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Department of State and comments will be noted to Vendor Performance. Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. GITM does NOT allow use of third party components in configurations. Random QA will be performed. If it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the Department of State. The infraction will be recorded in the Vendor s Performance file. World wide manufacturer warranty for parts and labor on all components. Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 3 business days of notification Repaired units must be returned to GITM within 30 days. 120-Day Lead-time for retuning a defective item from post. If award is made to a value-add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. Vendor will provide a written escalation process upon award to include the following information: Sales Contacts: both Field and inside Sales Management Contacts Customer Support Reps and their Management to include:Customer Service Representative Warranty Liaison Representative Integration RepresentativePlease provide name, phone, email, and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. The equipment listed in the [line items] 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. In addition, components of this type cannot be placed on the network without being approved by the ITCCB and it takes several months to get new items approved. These items are already on the ITCCB approved list. IRM/OPS/ITI/GITM has identified the equipment listed as key components of the Departments networking systems. Equipment listed above is required to provide network connectivity to existing Department of State 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). Also, APC UPS Equipment uses propriety software that is currently deployed & used by the GITM Program. Use of third party equipment which has not been tested by the Department for compatibility with existing hardware and software at this time will cause unacceptable delays to the Program in support of the unclassified and classified IT refreshes. Per FAR 8.405-6(e) (1), this acquisition is conducted under the authority of the Multiple Award Schedule Program. 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 key components of the Department networking system. The equipment listed in paragraph two (2) has undergone testing, assessment, and evaluation for compatibility with existing hardware and software and is approved for use by the IRM ITCCB for unclassified and classified networks.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019937041_01/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153<br />
Zip Code: 22153<br />
 
Record
SN01892608-W 20090731/090730002348-200e900ed4cc933959a12aedc9962c0f (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.