Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

70 -- Cisco Nexus Switches

Notice Date
7/6/2011
 
Notice Type
Presolicitation
 
Contracting Office
1701 N Fort Myer Drive, Rosslyn, VA 21999
 
ZIP Code
21999
 
Solicitation Number
1045-147723
 
Response Due
7/8/2011
 
Archive Date
1/4/2012
 
Point of Contact
Name: Robin Guillie, Title: Contracting Officer, Phone: 7038756293, Fax:
 
E-Mail Address
willisrl@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1045-147723. 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. 254806_01. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The contract 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 contract. 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 2011-07-08 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Arlington, VA 22201 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Cisco Nexus 5548P Ru Chassis 2 PS 2 Fan, 32 Fixed 10GE Ports. P/N: N5K-C5548P-FA, 2, EA; LI 002, Cisco Power Cord, 200/240V 6A. P/N: CAB-N5K6A-NA, 4, EA; LI 003, Cisco Nexus 5000 Base OS Software Rel 5.0. P/N: N5KUK9-502N1.1, 2, EA; LI 004, Cisco Nexus 5548 Layer 2 Daughter Card P/N: N55-DL2, 2, EA; LI 005, Cisco Nexus 5500 Module Blank Cover P/N: N55-M-BLNK, 2, EA; LI 006, Cisco Nexus 5500 PS, 750W, Front to Back Airflow P/N: N55-PAC-750W, 4, EA; LI 007, Cisco Nexus 5548 Chassis Accessory Kit, 2, EA; LI 008, Cisco Nexus 5548P Fan Module, 4, EA; LI 009, SMARTNET 8X5XNBD Nexus 5548P IRU Chassis, 2 PS, 2 Fan, 32. P/N: CON-SNT-C5548P, 2, EA; LI 010, Cisco Catalyst 3750X 48 Port Data IP Base. P/N: WS-C3750X-48T-S, 6, EA; LI 011, CAT 3750X IOS Universal with Web Base Dev MGR P/N: S375XVK9T-12255SE, 6, EA; LI 012, Cisco Catalyst 3K-X 10G Network Module Option Option PIDp/n: C3KX-NM-10G, 6, EA; LI 013, Cisco Stackwise 50CM Stacking Cable p/n: CAB-STACK-50CM, 6, EA; LI 014, Cisco Catalyst 3750X Stack Power Cable 30CM p/n: CAB-SPWR-30CM, 6, EA; LI 015, Cisco AC Power Cord p/n: CAB-3KX-AC, 6, EA; LI 016, Cisco Catalyst 3K-X 350W AC Power Supply p/n: C3KX-PWR-350WAC, 6, EA; LI 017, SmartNet 8X5XNBD Catalyst 3750X 48 Port Data IP Base. p/n: CON-SNT-3750X4TS, 6, EA; LI 018, Cisco 10GBASE-SR SFP Module p/n: SFP-10G-SR=, 6, EA; LI 019, Cisco Stackwise 1M Stacking Cable p/n: CAB-STACK-1M=, 2, EA; LI 020, Cisco 4900M Base System with 8X2 Optics and 2 Half Slots, 2, EA; LI 021, Cisco CAT4900M IOS Enterprise Services SSH p/n: S49MESK9-12254SG, 2, EA; LI 022, Cisco 10GBASE-SR Base X2 Module p/n: X2-10GB-SR, 8, EA; LI 023, Cisco 20 Port 10/100/1000 RJ45 p/n: WS-X4920-GB-RJ45, 2, EA; LI 024, Cisco 8 Port 2:1 10 GE Card p/n: WS-X4908-10GE, 2, EA; LI 025, Cisco 4900M AC Power Supply, 1000 WATTS p/n: PWR-C49M-1000AC, 2, EA; LI 026, Cisco Redundant AC PS for 4900M p/n: PWR-C49M-1000AC/2, 2, EA; LI 027, Cisco Nema 5-15 TO IEC-C15 6ft US p/n: CAB-US515-C15-US, 4, EA; LI 028, Cisco X2 Cover on 4900M p/n: 4900M-X2-CVR, 24, EA; LI 029, SmartNet 8X5XNBD Base System with 8X2 Optics and 2 Half p/n: CON-SNT-WSC4900M, 2, EA; LI 030, Smartnet 8X5XNBD 20 Port 10/100/1000 RJ45 p/n: CON-SNT-X4920GBR, 2, EA; LI 031, SmartNet 8X5XNBD 8 Port 2:1 10 GE Card p/n: CON-SNT-X490810G, 2, EA; LI 032, APC UPS Network Management Card p/n: AP9631, 2, EA; LI 033, Temperature and Humidity Sensor p/n: AP9512THBLK, 2, EA; LI 034, 7ft CAT6 Snagless Patch CBL BLK p/n: 27152, 50, EA; LI 035, Cables to Go 7ft CAT6 Snagless Patch Cable Red p/n: 27182, 75, EA; LI 036, RJ-45 STP CAT 6 Cable Y 7ft p/n: 27192, 125, EA; LI 037, 7ft CAT6 Snagless Patch CBL BLUE. p/n: 27142, 75, EA; LI 038, 7ft CAT6 Snagless Patch CBL GRN., 50, EA; LI 039, 7ft CAT6 White Gigabit Patch Cable Molded Snagless p/n: 27162, 25, EA; LI 040, 6M LC SC Duplex 50/125 Multimode Fiber p/n: 33019, 12, EA; LI 041, 2M Patch Cable LC SC 50/125 Multimode p/n: 33015, 12, 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 products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1045-147723/listing.html)
 
Place of Performance
Address: Arlington, VA 22201
Zip Code: 22201
 
Record
SN02491046-W 20110708/110706235255-548b3e049eb5d27ec6c12c7108e8b462 (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.