Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
MODIFICATION

70 -- Cisco Equipment

Notice Date
8/12/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Atlanta, GA 30341
 
ZIP Code
30341
 
Solicitation Number
71664
 
Response Due
8/13/2009
 
Archive Date
2/9/2010
 
Point of Contact
Name: Scott Barnhart, Title: Sourcing Agent, Phone: 256.797.5507, Fax: 703.442.7822
 
E-Mail Address
scott.barnhart@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 71664 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 334111 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 2009-08-13 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Morgantown, WV 26505 The Centers for Disease Control & Prevention requires the following items, Brand Name or Equal, to the following: LI 001, Firewall Blade for 6500 and 7600 pn# WS-SVC-FWM-1-K9= Firewall blade for 6500 and 7600, VFW Separate, 2, EA; LI 002, Firewall Service Module 3.2 for 6500 pn# SC-SVC-FWM-3.2-K9 Firewall Service Module 3.2 for 6500 and 7600, 2 free VFWs, 2, EA; LI 003, Catalyst 6500 and 7600 virtual FW license pn# FR-SVC-FWM-VC-T1 Catalyst 6500 and 7600 virtual FW licensing for 20VF, 2, EA; LI 004, Device Manager for FWSM 3.2 for Catalyst pn# SF-FWM-ASDM-5.2F Device Manager for FWSM 3.2 for Catalyst 6500 and 7600, 2, EA; LI 005, 8x5NBD Svc, Firewall blade pn# CON-SNT-WS-FWM1K9 8x5xNBD Svc, Firewall blade for Catalyst 6500, 2, EA; LI 006, Catalyst 6500 8700W Enhanced AC Power S pn# WS-CAC-8700W-E= Catalyst 6500 8700W Enhanced AC Power Supply, 4, EA; LI 007, AC Power Cord Pn# CAB-7513AC AC Power Cord North America (110v), 14, EA; LI 008, FERRITE-BEAD Pn# FERRITE-BEAD, 4, EA; LI 009, Catalyst 6500 48-port CEF720 pn# WS-X6748-SFP= Catalyst 6500 48-port CEF720 GigE Module (Req. SFPs), 2, EA; LI 010, Catalyst 6500 256MB DDR, xCEF720 pn# MEM-XCEF720-256M Catalyst 6500 256MB, xCEF720 (67xx interface, DFC3A), 3, EA; LI 011, Catalyst 6500 Central Fwd Card pn# WS-F6700-CFC Catalyst 6500 Central Fwd Card for WS-X67xx modules, 2, EA; LI 012, GE SFP, LC connector SX transceiver pn# GLC-SX-MM= GE SFP, LC connector SX tranceiver, 96, EA; LI 013, Cat4500 E-Series 7-Slot Chassis pn# WS-C4507R-E Cat4500 E-series 7-Slot Chassis, fan, no ps, Red Sup Capable, 4, EA; LI 014, Catalyst 4500 E-series 48-port pn# WS-X4648-RJ45V-E Catalyst 4500 E-Series 48-port PoE 802.3af 10/100/1000(RJ45), 54, EA; LI 015, Catalyst 4500 E-Series Sup 6-E pn# WS-X45-SUP6-E Catalyst 4500 E-series Sup 6-E, 2x10GE(X2) w/Twin Gig, 13, EA; LI 016, GE SFP, LC connector SX transceiver pn# GLC-SX-MM GE SFP, LC connector SX transceiver, 47, EA; LI 017, Cisco CAT4500E IOS IP BASE SSH pn# S45EIPBK9-12240SG Cisco CAT4500E IOS IP BASE SSH, 13, EA; LI 018, Catalyst 4500 4200W AC pn# PWR-C45-4200ACV Catalyst 4500 4200W AC dual input Power Supply (Data + PoE), 13, EA; LI 019, Catalyst 4500 4200W AC dual input Pn# PWR-C45-4200ACV/2 Catalyst 4500 4200W AC dual Power Supply (Data + PoE), 13, EA; LI 020, NEMA 5-15 to IEC-C19 13ft US pn# CAB-US515P-C19-US NEMA 5-15 to IEC-C19 13ft US, 16, EA; LI 021, Cat 4500 IOS-based Supervisor pn# MEM-C4K-FLD128M Cat 4500 IOS-based Supervisor, Compact Flash, 128MB Option, 15, EA; LI 022, Catalyst 4500 512MB to 1GB SDRAM pn# MEM-X45-512MB-E Catalyst 4500 512MB to 1GB SDRAM Upgrade for Sup6-E, 15, EA; LI 023, Cisco TwinGig Converter Module pn# CVR-X2-SFP Cisco TwinGig Converter Module, 30, EA; LI 024, SMARTNET 8X5XNBD WS-C4507R-E pn# CON-SNT-C4507R-E SMARTNET 8X5XNBD WS-C4507R-E, 4, EA; LI 025, Cat 4500 E-Series 10-Slot Chassis pn# WS-C4510R-E Cat 4500 E-Series 10-Slot Chassis, fan, no ps, Red Sup Capable, 9, EA; LI 026, Catalyst 4500 Enhanced 48-port pn# WS-X4548-GB-RJ45 Catalyst 4500 Enhanced 48-port 10/100/1000 Base-T (RJ-45), 33, EA; LI 027, Catalyst 45xxR E-Series Sup 6-E pn# WS-X45-SUP6-E/2 Catalyst 45xxR E-Series Sup 6-E, 2x10GE(X2) w/ Twin Gig, 2, EA; LI 028, NEMA L6-20 to IEC-C19 14ft US pn# CAB-L620P-C19-US NEMA L6-20 to IEC-C19 14ft US, 36, EA; LI 029, SMARTNET 8X5XNBD WS-C4510R-E pn# CON-SNT-C4510RE SMARTNET 8X5XNBD WS-C4510R-E, 9, EA; LI 030, CS Mgr 3.2 Enterprise Pro-50 Device pn# CSMPR50-3.2-K9 CS Mgr 3.2 Enterprise Pro-50 Device Base Lic Media Kit, 1, EA; LI 031, CS Mgr Enterprise Pro 50 - Secondary PAK pn# CSMPR50-PAK3 CS Mgr Enterprise Pro 50 - Secondary PAK, 1, EA; LI 032, SW APP SUPP CS Mgr 3.2 Enterprise pn# CON-SAS-CSM32P50 SW APP SUPP CS Mgr 3.2 Enterprise Pro-50 Device Ba, 1, EA; LI 033, Catalyst 6500 Enhanced 4-slot chassis pn# WS-C6504-E Catalyst 6500 Enhanced 4-slot chassis, 5RU, no PS, no Fan Tray, 1, EA; LI 034, Cisco CAT6000-SUP720 IOS IP pn# S733ISK9N-12233SXI Cisco CAT6000-SUP720 IOS IP SERVICES SSH LAN ONLY (MODULAR), 1, EA; LI 035, Catalyst 6500/Cisco 7600 Supervisor pn# WS-SUP720-3B Catalyst 6500/Cisco 7600 Supervisor 720 Fabric MSFC3 PFC3B, 1, EA; LI 036, SP adaptor for SUP720 and SUP720-10G pn# CF-ADAPTER-SP SP adaptor for SUP720 and SUP720-10G, 1, EA; LI 037, Catalyst 6500 1GB SP Memory for Sup720 Pn# MEM-SUP720-SP-1GB Catalyst 6500 1GB SP Memory for Sup720 and Sup720-3B, 1, EA; LI 038, 1GB Mem for Sup720, Sup720-3B pn# MEM-MSFC3-1GB 1GB Mem for Sup720, Sup720-3B and MSFC2A, 1, EA; LI 039, Catalyst 6500 48-port GigE Mod pn# WS-X6748-SFP Catalyst 6500 48-port GigE Mod: fabric-enabled (Req. SFPs), 1, EA; LI 040, Catalyst 6500 Dist Fwd Card pn# WS-F6700-DFC3B Catalyst 6500 Dist Fwd Card, 256K Routes for WS-X67xx, 1, EA; LI 041, GE SFP, LC connector LX/LH transceiver pn# GLC-LH-SM GE SFP, LC connector LX/LH transceiver, 8, EA; LI 042, 1000BASE-T SFP pn# GLC-T 1000BASE-T SFP, 8, EA; LI 043, 600M IDSM-2 Mod for Cat pn# WS-SVC-IDS2-BUN-K9 600M IDSM-2 Mod for Cat, 1, EA; LI 044, IPS Software v6.2 for IDSM2 pn# SC-SVC-IPSV6.2-K9 IPS Software v6.2 for IDSM2, 1, EA; LI 045, High-Speed Fan Module for 7604/6504-E pn# FAN-MOD-4HS High-Speed Fan Module for 7604/6504-E, 1, EA; LI 046, 2700W Ac Power Supply pn# PWR-2700-AC/4 2700W Ac Power Supply for Cisco 7604/6504-E, 2, EA; LI 047, Catalyst 6500 Sup720/Sup32 Compact pn# MEM-C6K-CPTFL512M Catalyst 6500 Sup720/Sup32 Compact Flash Mem 512MB, 1, EA; LI 048, Bootflash for SUP720-64MB-RP pn# BF-S720-64MB-RP Bootflash for SUP720-64MB-RP, 1, EA; LI 049, SMARTNET 8x5xNBD Cisco pn# CON-SNT-WSC6504E SMARTNET 8x5xNBD Cisco Catalyst 4-sl, 1, EA; For this solicitation, Centers for Disease Control & Prevention 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. Centers for Disease Control & Prevention 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. 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.) directly to ftg8@cdc.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Failure to comply with the below insructions may result in quote being determined as non responsive. Desired delivery date: 30 days ARO. Upon delivery, all shipping documents and equipment containers will include CDC order number. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. New equipment ONLY, NO remanufactured products, and NO "gray market". All must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after submission Quote is to include all fees, including shipping or freight costs. Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. Quote per specifications requested. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. NO partial shipments (If Shipment is Applicable) unless specifically authorized at time of award. All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. Invoicing must be submitted in accordance with the resulting Purchase Order instructions A separate line item for a Fedbid.com fee is unacceptable and will be rejected. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, via the ORCA website (http://orca.bpn.gov) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. This requirement will be awarded based upon lowest price technically acceptable. 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/HHS/CDCP/PGOA/71664/listing.html)
 
Place of Performance
Address: Morgantown, WV 26505<br />
Zip Code: 26505-2888<br />
 
Record
SN01908665-W 20090814/090813000238-6f1b179b2a374a28b0d75f1202aca2df (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.