Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
MODIFICATION

70 -- RECOVERY--70--RECOVERY - URGENT Network HW CACST

Notice Date
8/5/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N. Fort Myer, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
10440CST23
 
Response Due
7/6/2010
 
Archive Date
1/2/2011
 
Point of Contact
Name: Stephanie Reid-Smith, Title: Contract Specialist, Phone: 703-875-5920, Fax:
 
E-Mail Address
reid-smithsj@state.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 10440CST23. 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. 193817. 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 2010-07-06 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, CISCO2821-AC-IP - 2821 w/ AC+POE,2GE,4HWIC,3PVDM,1NME-X,2AIM,IP BASE,64F/256D (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 002, HWIC-4ESW Four port 10/100 Ethernet switch interface card (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 003, WIC-2T2-Port Serial WAN Interface Card (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 004, CAB-ACPower Cord,110V (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 005, WS-C3750G-48TS-SCATALYST 3750 48 10/100/1000T + 4 SFP STANDARD MULTILAYER (Buffalo RADC2006 - 7 ea., Vermont RADC2003 - 7 ea., Atlanta RADC2002 - 7 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 6 ea., San Diego RADC2001 - 7 ea.), 34, EA; LI 006, GLC-SX-MM1000Base-SX SFP Module (Buffalo RADC2006 - 4 ea., Vermont RADC2003 - 4 ea., Atlanta RADC2002 - 4 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 4 ea., San Diego RADC2001 - 4 ea.), 20, EA; LI 007, GLC-T=GE SFP, RJ-45 connector, 10/100/1000BASE-T transceiver (Buffalo RADC2006 - 4 ea., Vermont RADC2003 - 4 ea., Atlanta RADC2002 - 4 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 4 ea., San Diego RADC2001 - 4 ea.), 20, EA; LI 008, CAB-STACK-1M=CISCO STACKWISE 1M STACKING CABLE (Buffalo RADC2006 - 1 ea., Vermont RADC2003 - 1 ea., Atlanta RADC2002 - 1 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 1 ea., San Diego RADC2001 - 1 ea.), 5, EA; LI 009, PWR-RPS2300Cisco Redundant Power System 2300 and Blower,No Power Supply (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 1 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 1 ea., San Diego RADC2001 - 2 ea.), 8, EA; LI 010, C3K-PWR-750WACCatalyst 3750-E / 3560-E 750WAC power supply (Buffalo RADC2006 - 4 ea., Vermont RADC2003 - 4 ea., Atlanta RADC2002 - 4 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 4 ea., San Diego RADC2001 - 4 ea.), 20, EA; LI 011, CAB-16AWG-ACAC Power cord, 16AWG (Buffalo RADC2006 - 4 ea., Vermont RADC2003 - 4 ea., Atlanta RADC2002 - 4 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 4 ea., San Diego RADC2001 - 4 ea.), 20, EA; LI 012, CAB-RPS2300=Spare RPS Cable for Cisco Redundant Power System 2300 (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 013, CAB-RPS2300=Spare RPS Cable for Devices other than E Series Switches (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 014, CON-SNT-3750G48TSMARTNET 8X5XNBD for 3 years WS-3750G-48TS (Buffalo RADC2006 - 7 ea., Vermont RADC2003 - 7 ea., Atlanta RADC2002 - 7 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 6 ea., San Diego RADC2001 - 7 ea.), 34, EA; LI 015, CON-SNT-2821ACIPSMARTNET 8X5XNBD for 3 years CISCO2821-AC-IP(3yrs) (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 016, CON-SNT-RPS2300SMARTNET 8X5XNBD for 3 years PWR-RPS2300 (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 017, SUA2200RMXL3UAPC Smart-UPS XL 2200VA RM 3U 120V (Buffalo RADC2006) (Buffalo RADC2006 - 0 ea., Vermont RADC2003 - 3 ea., Atlanta RADC2002 - 0 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 3 ea., San Diego RADC2001 - 0 ea.), 6, EA; LI 018, AP9619UPS Network Management Card w/ Environmental Monitoring (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 019, AP9512THBLKAPC Temperature & Humidity Sensor (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 2 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 2 ea., San Diego RADC2001 - 2 ea.), 10, EA; LI 020, AP9626Step-Down Transformer RM 2U 208V IN 120V OUT; w/5-20 Receptacles (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 0 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 0 ea., San Diego RADC2001 - 2 ea.), 6, EA; LI 021, SUA3000XLTSmart-UPS XL 3000VA 208V Tower/Rack Convertible (Buffalo RADC2006 - 2 ea., Vermont RADC2003 - 0 ea., Atlanta RADC2002 - 2 ea, NPC RADC2004- 0 ea., El Paso RADC2007 - 0 ea., San Diego RADC2001 - 2 ea.), 6, EA; LI 022, A3L980-10-BLK-SBlack CAT6 Patch Cables, 10 ft (Buffalo RADC2006 - 15 ea., Vermont RADC2003 - 15 ea., Atlanta RADC2002 - 15 ea, NPC RADC2004- 15 ea., El Paso RADC2007 - 15 ea., San Diego RADC2001 - 15 ea.), 90, EA; LI 023, A3L980-10-RED-SRed CAT6 Patch Cables, 10 ft (Buffalo RADC2006 - 25 ea., Vermont RADC2003 - 20 ea., Atlanta RADC2002 - 20 ea, NPC RADC2004- 25 ea., El Paso RADC2007 -20 ea., San Diego RADC2001 - 20 ea.), 130, EA; LI 024, A3L980-10-YLW-SYellow CAT6 Patch Cables, 10 ft (Buffalo RADC2006) (Buffalo RADC2006 - 40 ea., Vermont RADC2003 - 35 ea., Atlanta RADC2002 - 40 ea, NPC RADC2004- 40 ea., El Paso RADC2007 -35 ea., San Diego RADC2001 - 40 ea.), 230, EA; LI 025, A3X189-10-WHT-SWhite CAT6 Crossover Patch Cables 10ft (Buffalo RADC2006) (Buffalo RADC2006 - 4 ea., Vermont RADC2003 - 6 ea., Atlanta RADC2002 - 6 ea, NPC RADC2004- 0 ea., El Paso RADC2007 -6 ea., San Diego RADC2001 - 6 ea.), 28, EA; LI 026, A3L980-10-BLU-SBlue CAT6 Patch Cables, 10 ft (Buffalo RADC2006 - 25 ea., Vermont RADC2003 - 25 ea., Atlanta RADC2002 - 25 ea, NPC RADC2004- 25 ea., El Paso RADC2007 -25 ea., San Diego RADC2001 - 25 ea.), 150, EA; LI 027, A3L9002-07-REDSRed CAT6 Patch Cables, 7 ft (Buffalo RADC2006 - 20 ea., Vermont RADC2003 - 15 ea., Atlanta RADC2002 - 20 ea, NPC RADC2004- 20 ea., El Paso RADC2007 -15 ea., San Diego RADC2001 - 20 ea.), 110, EA; LI 028, A3L970-07YS-CDWYellow CAT6 Patch Cables, 7 ft (Buffalo RADC2006 - 25 ea., Vermont RADC2003 - 25 ea., Atlanta RADC2002 - 25 ea, NPC RADC2004- 25 ea., El Paso RADC2007 -25 ea., San Diego RADC2001 - 25 ea.), 150, EA; LI 029, A3L9002-07-BLUSBlue CAT6 Patch Cables, 7 ft (Buffalo RADC2006 - 40 ea., Vermont RADC2003 - 40 ea., Atlanta RADC2002 - 40 ea, NPC RADC2004- 40 ea., El Paso RADC2007 -40 ea., San Diego RADC2001 - 40 ea.), 200, EA; LI 030, A3L980-25-BLU-SBlue CAT6 Patch Cables, 25 ft (Buffalo RADC2006 - 10 ea., Vermont RADC2003 - 10 ea., Atlanta RADC2002 - 10 ea, NPC RADC2004- 0 ea., El Paso RADC2007 -10 ea., San Diego RADC2001 - 10 ea.), 50, EA; LI 031, WS-X4548-GB-RJ45Catalyst 4500 Enhanced 48-Port 10/100/1000 Base-T (RJ-45) (Buffalo RADC2006 - 0 ea., Vermont RADC2003 - 0 ea., Atlanta RADC2002 - 0 ea, NPC RADC2004- 10 ea., El Paso RADC2007 -0 ea., San Diego RADC2001 - 0 ea.), 10, EA; LI 032, PWR-C45-2800ACRedundant Power Supply for 4500 Chassis (Buffalo RADC2006 - 0 ea., Vermont RADC2003 - 0 ea., Atlanta RADC2002 - 0 ea, NPC RADC2004- 2 ea., El Paso RADC2007 -0 ea., San Diego RADC2001 - 0 ea.), 2, EA; LI 033, Shipping cost to Buffalo RADC2006 (if applicable), 1, EA; LI 034, Shipping cost to Vermont RADC2003 (if applicable), 1, EA; LI 035, Shipping cost to Atlanta RADC2002 (if applicable), 1, EA; LI 036, Shipping cost to NPC RADC2004 (if applicable), 1, EA; LI 037, Shipping cost to El Paso RADC2007 (if applicable), 1, EA; LI 038, Shipping cost to San Diego RADC2001 (if applicable), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Ciscos current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. 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. No partial shipments are permitted unless specifically authorized at the time of award. 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.") This procurement action is being funded with supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009 (ARRA), Pub. L. 111-5. It is the intention of the Department of State to issue a bilateral contract resulting from this solicitation, which, in addition to other contract clauses, will incorporate commercial contract clauses specific to ARRA procurements. Contract clauses will include: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Alternate II May 2009), 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009), 52.204-11 American Recovery and Reinvestment ActReporting Requirements (Mar 2009), and 52.214-26 Audit and RecordsSealed Bidding (Mar 2009). The awardee must also submit a copy of all invoices to the Contracting Officer and/or Contract Specialist named on page 1 of the contract, for recording purposes. Failure to furnish a copy of all invoices accordingly may result in denied invoice approval and/or payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/10440CST23/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
 
Record
SN02230542-W 20100807/100805235703-12129c095487b203af07b07c8bb68779 (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.