Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
MODIFICATION

70 -- CISCO 2851/3845 ROUTER

Notice Date
8/4/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, Installation Support Division - Eustis, 2746 Harrison Loop, Ft. Eustis, VA 23604
 
ZIP Code
23604
 
Solicitation Number
W91R069169P060
 
Response Due
8/6/2009
 
Archive Date
2/2/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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 W91R069169P060 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 334113 with a small business size standard of 1,000.00 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 2009-08-06 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Newport News, VA 23606 The USA ACA Fort Eustis requires the following items, Exact Match Only, to the following: LI 001, Part #CISCO2851-HSEC/K9 2851 Bundle w/AIM-VPN/SSL-2,Adv. IP Serv,10 SSL lic,64F/256D, 69, EA; LI 002, Part # CAB-AC ACPower Cord (North America), C13, NEMA 5-15P, 2.1m, 69, EA; LI 003, Part #S28NRAISK9-12420T Cisco 2800 AISK9-AISK9 FEAT SET FACTORY UPG FOR BUNDLES, 69, EA; LI 004, Part #NME-X-23ES-1G-PEtherSwitch Service Mod 23 10/100T POE + 1 GE POE, IP Base, 69, EA; LI 005, Part #FL-WEBVPN-10-K9Feature License IOS SSL VPN Up To 10 Users (Incremental), 69, EA; LI 006, Part #PWR-2821-51-AC Cisco 2821/51 AC power supply, 69, EA; LI 007, Part #ROUTER-SDM-CD CD for SDM software, 69, EA; LI 008, Part #MEM2800-256D-INC256MB DDR DRAM Memory factory default for the Cisco 2800, 69, EA; LI 009, Part # MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series, 69, EA; LI 010, Part #10 AIM-VPN/SSL-2 DES/3DES/AES/SSL VPN Encryption/Compression, 69, EA; LI 011, Part #ACS-2821-51-STAN Cisco 2821/51 Standard Accessory Kit, 69, EA; LI 012, Part #CON-SNT-C2851HSESMARTNET 8X5XNBD 2851 Security Bundle, 69, EA; LI 013, Part # CISCO3845-HSEC/K9 3845 Bund. w/AIM-VPN/SSL-3,Adv. IP Serv,25 SSL lic,128F/512D, 5, EA; LI 014, Part #S384RAISK9-12409T Cisco 3845 AISK9-AISK9 FEAT SET FACTORY UPG FOR BUNDLES, 5, EA; LI 015, Part #NME-16ES-1G EtherSwitch Service Mod 16 10/100T+ 1 GE,IP Base, 5, EA; LI 016, Part # CAB-AC AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 5, EA; LI 017, Part # FL-WEBVPN-25-K9 Feature License IOS SSL VPN Up To 25 Users (Incremental), 5, EA; LI 018, Part # PWR-3845-AC Cisco 3845 AC power supply, 5, EA; LI 019, Part # MEM3800-256U512D 256 to 512MB DRAM (single DIMM) Factory upgrade for 3800, 5, EA; LI 020, MEM3800-64U128CF 64 to 128 MB CF Factory Upgrade for Cisco 3800 Series, 5, EA; LI 021, Part #AIM-VPN/SSL-3 DES/3DES/AES/SSL VPN Encryption/Compression, 5, EA; LI 022, Part # ROUTER-SDM-CD CD for SDM software, 5, EA; LI 023, Part # CON-SNT-3845HSEC SMARTNET 8X5XNBD 3845 Security Bundle, 5, EA; LI 024, Part #WS-C3560G-24TS-SCatalyst 3560 24 10/100/1000T + 4 SFP + IPB Image, 172, EA; LI 025, Part # CAB-ACAC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 172, EA; LI 026, Part #CON-SNT-3560GTS SMARTNET 8X5XNBD Cat 3560 24 10/100/1000T + 4 SFP St, 172, EA; LI 027, Part #NME-16ES-1G=EtherSwitch Service Mod 16 10/100T+ 1 GE,IP Base, 2, EA; For this solicitation, USA ACA Fort Eustis 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. USA ACA Fort Eustis 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. CISCO'S CERTIFIED LICENSE PROVIDERS ONLY - Vendor shall certify that it is a Cisco Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with the applicable Cisco certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Cisco products submitted in this offer from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current Ciscos applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. 3) CISCO Gold Partners Only. 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/USA/DABJ/W91QF1/W91R069169P060/listing.html)
 
Place of Performance
Address: Newport News, VA 23606<br />
Zip Code: 23606<br />
 
Record
SN01899534-W 20090806/090805001346-6296d92e8e261df32f36cdbd28431279 (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.