Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOLICITATION NOTICE

70 -- CISCO ELECTRICAL EQUIPMENT

Notice Date
3/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002892959000
 
Archive Date
3/19/2010
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
shevonn.moore@dma.mil, susan.madrid@dma.mil
(shevonn.moore@dma.mil, susan.madrid@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION (CISCO ELECTRICAL EQUIPMENT) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002892959000 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-38(Correction), dated 10 Dec 2009. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): (a) Re para (a): NAICS 334220; small business size standard is 750 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable and acceptable past performance.” Technical evaluation will be whether quoted items satisfy all requirements for CLINs 0001 and 0006 as described below. (3) QUOTATIONS ARE DUE BY 2:00PM PACIFIC TIME 04 MARCH PACIFIC TIME IN ORDER TO BE CONSIDERED. Quotations may be emailed to Shevonn.Moore@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (AUG 2009) with Alt 1 (APR 2002). (5) In addition to submittal of a quote, the 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 and 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 Cisco’s 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. (6) The Government reserves the right to award only one contract for the following item description (ALL ITEMS ARE UNIQUE TO MANUFACTURER): CLIN 0001: 1EA, ROUTER NETWORK, C/O: ROUTER CHASSIS(CISCO7206VXR); AC POWER SUPPLY(PWR- 7200); AC POWER CORD(CAB-AC); IOS ADVANCED SECURITY(S72PASK9- 12415T); NETWORK PROCESSING ENGINE(NPE-G2); 1 GB DRAM(MEM-NPE- G2-1GB=); 256 MB COMPACT FLASH(MEM-NPE-GR-FLD256=); PORT ADAPTER JACK CARD(C7200-JC-PA); AES WIDE KEY CRYPTO CARD(SA-VAM2+); DEVICE MANAGER(ROUTER-SDM-NODOC); SMARTNET 8X5XNBD 7206VXR, NPE- G2, VAM2+, C7200-JC-PA, AC(CON-SNT-7206G22+). P/N: 7206VXRG2/2+VPNK9 W/OP Manufacturer: Cisco Systems Inc. (ltems Unique to Manufacturer) FOB Destination 30 days after receipt of order to San Antonio, TX. CLIN 0002: 1EA, CHASSIS SWITCH; CAT4500 E-SERIES, 3 SLOT, FAN, NO POWER SUPPLY(WS- C4503-E); CATALYST 4500 1000W AC POWER SUPPLY, DATA ONLY(PWR- C45-1000AC); AC POWER CORD, 8FT(CAB-US515-C15-US); CATALYST 4500 E-SERIES SUP 6-E, 2X10GE(X2) W/TWIN GIG(WS-X45-SUP6-E); CATALYST 4500 24EA PORT 10/100/1000 MODULE, RJ45(WS-X4424-GB- RJ45); CAT4500E IOS IP BASE SSH(S45EIPBK9-12253SG); TWINGIG CONVERTER MODULE(CVR-X2-SFP); SMARTNET 8X5XNBD CAT4500 E- SERIES 3 SLOT, FAN, NO POWER SUPPLY(CON-SNT-C4503E). P/N: WS-C4503-E +OPTS Manufacturer: Cisco Systems Inc. (ltems Unique to Manufacturer) FOB Destination 30 days after receipt of order to San Antonio, TX. CLIN 0003: 1EA, SECURITY APPLIANCE NETWORK; ASA 5510 VPN EDITION W/50 SSL USER LICENSE, 3DES/AES(ASA5510-SSL50-K9); 110VAC POWER CORD(CAB-AC); ASA 5500 SERIES SOFTWARE V7.2(SA-ASA-712-K8); ASA 5500 SSL VPN 50 USER LICENSE(ASA5500-SSL-50); VPN CLIENT SOFTWARE(ASA- VPN-CLNT-K9); ASA/IPS SSM SLOT COVER(SSM-BLANK); ASA 180W AC POWER SUPPLY(ASA-180W-PWR-AC); ASA 5500 STRONG ENCRYPTION LICENSE 3DES/AES(ASA5500-ENCR-K9); SMARTNET 8X5XNBD ASA5510 W/50 VPN PEERS, 3FE, 3DES/AES(CON-SNT-AS1BUNK9). P/N: ASA5510-SSL50-K9 W/OPT Manufacturer: Cisco Systems Inc. (ltems Unique to Manufacturer) FOB Destination 30 days after receipt of order to San Antonio, TX. CLIN 0004: 1EA, NETWORK ROUTER; 2821 W/AC PWR, 2GE, 4HWICS, 3PVDM, 1NME-X, 2AIM, IPBASE, 64F/256D(CISCO2821); 110VAC POWER CORD(CAB-AC); CISCO 2800 IP BASE W/O CRYPTO(S28NIPB-12415T);CISCO 2821/51 AC POWER SUPPLY(PWR-2821-51-AC); SDM SOFTWARE(ROUTER-SDM- CD); 256MB DDR DRAM MEMORY(MEM2800-256D-INC); 64MB CF(MEM2800-64CF-INC); STANDARD ACCESSORY KIT(ACS-2821-51- STAN); SMARTNET 8X5XNBD 2821 W/ AC PWR, 2HFE, 4HWI(CON-SNT- 2821). P/N: CISCO2821 +OPTS Manufacturer: Cisco Systems Inc. (ltems Unique to Manufacturer) FOB Destination 30 days after receipt of order to San Antonio, TX. CLIN 0005: 4EA, SWITCH NETWORK; RACK MOUNTABLE; 1 RU; STANDARDS: IEEE 802.1S, IEEE 802.1W, IEEE 802.1X, IEEE 802.3AD, IEEE 802.3AH (100BASE-X SINGLE/MULTIMODE FIBER ONLY),IEEE 802.3X FULL DUPLEX ON 10BASE-T, 100BASE-TX, AND 1000BASE-T PORTS, IEEE 802.1D SPANNING TREE PROTOCOL, IEEE 802.1P COS PRIORITIZATION, IEEE 802.1Q VLAN, IEEE 802.3 10BASE-T SPECIFICATION, IEEE 802.3U 100BASE-TX SPECIFICATION, IEEE 802.3AB 1000BASE-T SPECIFICATION, IEEE 802.3Z 1000BASE-X SPECIFICATION; JUMBO FRAMES; 24EA ETHERNET 10/100 PORTS AND 2EA 10/100/1000-TX UPLINKS; MAC ADDRESS TABLE: UP TO 8000; BUFFER MEMORY: 64 MB DRAM, 32MB FLASH MEMORY; VLAN SUPPORT; PWR RQMTS: 100-240VAC, 50-60 HZ(WS-C2960-24TT-L); AC POWER CORD (CAB-AC); SMARTNET 8X5XNBD CATALYST 2960 24 10/100 +2 1000BT LAN (CON-SNT-C29602TT). P/N: WS-C2960-24TT-L W/OPTS Manufacturer: Cisco Systems Inc. (ltems Unique to Manufacturer) FOB Destination 30 days after receipt of order to San Antonio, TX. CLIN 0006: 2EA, ROUTER INTEGRATED SERVICES ROUTER; SECURITY BUNDLE WITH ADVANCED SECURITY; WIRED TECHNOLOGY; DATA LINK PROTOCOL: ETHERNET, FAST ETHERNET, GIGABIT ETHERNET; IPSEC TRANSPORT PROTOCOL; SNMP 3 REMOTE MANAGEMENT PROTOCOL; FIREWALL PROTECTION; MPLS SUPPORT; INTERFACES: 2EA ETHERNET RJ-45(10BASE- T/100BASE-TX/1000BASE-T); 2EA USB; 1EA RJ-45 MANAGEMENT CONSOLE; 1EA RJ-45 SERIAL/AUXILIARY; TOTAL FREE EXPANSION SLOTS: 4EA HWIC, 2EA AIM, 2EA NME-X, 4EA PVDM/SIMM 80-PIN, MEMORY, 1EA COMPACT FLASH CARD; 1EA SFP/MINI-GBIC; RAM: 256 MB (INSTALLED)/1 GB(MAX), DDR SDRAM; FLASH MEMORY: 64 MB (INSTALLED)/256 MB (MAX); PWR RQMTS: 100-240 VAC, 47-63 HZ(CISCO3825-SEC/K9); SMARTNET 8X5XNBD 3825 SECURITY BUNDLE, ADVANCED SECURITY (CON-SNT-3825SEC). P/N: CISCO3825-SEC/K9 +OPTS Manufacturer: Cisco Systems Inc. (ltems Unique to Manufacturer) FOB Destination 30 days after receipt of order to San Antonio, TX. The Government will issue an order to the responsible quoter submitting the lowest priced technically acceptable quotation with acceptable past performance. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JUN 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2004), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002892959000/listing.html)
 
Place of Performance
Address: DMA SAN ANTONIO LGS, 203 NORTON STREET, SAN ANTONIO, Texas, 78226-1848, United States
Zip Code: 78226-1848
 
Record
SN02079322-W 20100303/100301234915-321f6c5f63e2c04f45c1ca4c1f07037c (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.