Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
MODIFICATION

70 -- CISCO upgrade equipment - Revised Equipment List 24 Sep 09

Notice Date
9/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
HC1047-09-T-4013A
 
Archive Date
10/11/2009
 
Point of Contact
Melody P Bryant, Phone: 703-681-1216
 
E-Mail Address
melody.bryant@disa.mil
(melody.bryant@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised equipment list as of 24 Sep 09 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation/reference number is HC1047-09-T-4013A and is issued as a request for quotation (RFQ). This is a 100% Small Business Set-Aside. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 423430. The small business size standard is 500 employees. Offeror must be registered on the Contractor Central Registration (CCR). This acquisition is firm-fixed-price for equipment in support of coalition operations as well as a wide range of other multinational planning and coordination activities in support of Combined Federated Battle Laboratory Network. This is an all-or-none requirement. Partial quotations will be deemed unresponsive and will not be evaluated. Only authorized CISCO resellers and New equipment ONLY, NO remanufactured products, and no "grey market". Quotes must address whether each contract line item number (CLIN) price proposed by the offeror is based upon open market pricing, or use of an existing vehicle such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, etc. If individual CLIN pricing is not on an open market basis, offerors should also include the contract number on which pricing is based as part of their quote for each CLIN. See attached Justification and Approval and Equipment List. Please Read Carefully. DISA requires the following supply/service, exact match only: CISCO for all CLINs CLIN 0001 UNIFIED-CM-7.0, CUCM 7.0 top level part number, Quantity-1 CLIN 0002 MCS7835H2-K9-CMC1, HW/SW MCS 7835-H2 Unified CM 7.0 Appliance, Quantity-1 CLIN 0003 CAB-AC, AC Power Cord (North America), C13, NEMA 5-15P, 2.1m, Quantity-2 CLIN 0004 CCX-70-CM-BUNDLE, CCX 7.0 UCM 5 Seat ENH Bundle - ONLY with NEW UCM, Quantity-1 CLIN 0005 CUCMS-EVAL-K9, CUCMS Monitoring Bundle Evaluation, Quantity-1 CLIN 0006 CON-OSP-35H2CMC1, ONSITE 24X7X4 HW/SW MCS7835H2 Unified CM7.0 Appliance, Quantity-1 CLIN 0007 LIC-CM7.0-7825=, License CM 7.0 7825 Appliance, 1000 seats, Quantity-1 CLIN 0008 LIC-CM-DL, Top level part number for Unified CM Device Licenses, Quantity-1 CLIN 0009 LIC-CM-DL-10, Unified CM Device License - 10 units, Quantity-10 CLIN 0010 CM7-DL-PAK, CUCM 7.0 DL PAK, Quantity-1 CLIN 0011 UCSS-UCM, Top level SKU, Unified CallManager Software Subscription, Quantity-1 CLIN 0012 UCSS-UCM-3-100, UCSS for UCM for Three Years - 100 seats, Quantity-1 CLIN 0013 KEY-CCM-ADMIN-K9=, Hardware Security Key for CCM Admin, Release 4.0 or Greater, Quantity-1 Invoicing for CLIN 0006 will be on a monthly basis. If the Justification and Approval or Equipment List is unclear, offeror shall electronically contact Melody Bryant at melody.bryant@disa.mil so the RFQ posting can be amended. All questions will be posted and answered on this website. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DFARS Change Notice 20070426. Provisions and clauses (incorporated by reference) applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, 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 (Deviation), FAR 52.217-5, 52.217-8, 52.217-9, FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors shall request a copy from the contract specialist: 52.204-9000 Points of Contact, 52.209-9000, 52.217-9100 and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Shipments are to be F.O.B. Destination. Items will be mailed to Defense Information Systems Agency, ATTN: Kevin Stobbe. Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Delivery shall occur within thirty (30) days after receipt of order (ARO). Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Responses shall be submitted electronically to melody.bryant@disa.mil no later than 2:00 pm (Eastern Standard Time) 26 September 2009. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/HC1047-09-T-4013A/listing.html)
 
Place of Performance
Address: P O Box 4502, Arlington, Virginia, 22204, United States
Zip Code: 22204
 
Record
SN01969682-W 20090926/090925001759-e1434db623ddbbe6beeb75472d027ab3 (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.