SOLICITATION NOTICE
D -- Juniper hardware and software support
- Notice Date
- 3/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NRMJ0000-12-01073
- Archive Date
- 3/16/2012
- Point of Contact
- Syleena Walden, Phone: 3016281351
- E-Mail Address
-
syleena.walden@noaa.gov
(syleena.walden@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation: quotations are being requested and a written solicitation will not be issued. The North American Industry Classification System Code (NAICS) is 541519 and the Small Business Size Standard is $25M. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Network Operations Center, specifically the Earth System Research Laboratory (ESRL) has a requirement for the renewal of Juniper network routing and switching equipment. The Juniper network routing and switching equipment is crucial to maintaining the integrity of the Network Operation Center computing environment. Performance, scalability, a comprehensive management interface, and ease of integration into the current IT architecture are all important factors. Due to the existing maintenance contracts and the previous overall reliability of Juniper routing and switching products, it is in the government's best interest to continue the support for these products. The requestor has specified that the vendor needs to sell the J-Care support needed to maintain the Juniper Equipment installed at the NOAA Boulder Campus. The resulting purchase order shall be awarded on a firm fixed price to the vendor offering the best value to the Government with the award going to the vendor first meeting all of the requirement specifications, then price. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The provisions and clauses may be downloaded at https://www.acquisition.gov/far/. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2, Evaluation-Commercial Items - The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be the most advantageous to the Government, price and other factors considered. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda. FAR 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Handicapped Workers, FAR 52.222.50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, Any responsible source that can meet the requirements and provide the items as outlined may respond to this solicitation by submitting a quote addressed to syleena.walden@noaa.gov, to be received no later than March 12, 2012, 12:00pm, EST. The Government reserves the right to make one award or no award at all resulting from this solicitation. 5 ea NBD HARDWARE AND SOFTWARE SUPPORT FOR J4350 ROUTERS S/N JN10AD650ADA, CD0001443946 (ID # 003880) S/N JN10A5BC2ADA, CD0001443956 (ID # 003881) S/N JN10A66CFADA, CD0001443957 (ID # 003882) S/N JN10A6A78ADA, CD0001443958 (ID # 003883) S/N JN10AD277ADA, CD0001443959 (ID # 003884) P/N SVC-3-ND-J4350 4 ea NBD HARDWARE AND SOFTWARE SUPPORT FOR JUNIPER NETSCREEN-5GT FIREWALL ROUTERS, S/N 0129012006000274, CD1442138 (ID # D2365) S/N 0129012006000616, CD1442135 (ID # D2362) S/N 0129012006000622, CD1442137 (ID # D2364) S/N 0129012006000740, CD1442136 (ID # D2363) P/N SVC-3-ND-NS5X 1 ea NBD HARDWARE AND SOFTWARE SUPPORT FOR JUNIPER NETSCREEN NS-5GT-001 S/N 0064012006003647 P/N SVC-3-ND-NS5X 1 ea MX480 BASE UNIT S/N JN10C8389AFB, CD0001608713 (RADIO-RTR,ID #D2782) P/N SVC-3-ND-MX480 2 ea NBD SUPPORT FOR JUNIPER 40-PORT 1GIG E PICS For MX480 ROUTER, S/N JZ3689 S/N JZ3579 P/N SVC-3-ND-MX-DPC-R 1 ea NBD HARDWARE AND SOFTWARE SUPPORT FOR JUNIPER M20, CD0001073493 S/N 26496 (DOC-RTR, ID # D1580) P/N SVC-ND-M20 4 ea NBD HARDWARE AND SOFTWARE SUPPORT FOR JUNIPER EX4200 24-PORT 1000BASEX S/N BR0208161809, CD0001611383 (SHIPSN-STLD,D4017) S/N BR0208467847, CD0001611384 (SHIPSN-MCLN,D4018) S/N BR0208138136, CD0001611385 (SHIPSN-CLPK,D4019) S/N BR0208138087, CD0001611386 (LAB, D4020) 2 ea J-CARE ANNUAL AGILITY NBD SUPPORT FOR SRX650 ROUTERS, CD0001531794 S/N AJ1910AA0166 (NOC-SRX-1,D5928) CD0001531795 S/N AJ2310AA0024 (NOC-SRX-2,D5929) P/N SVC-3-ND-SRX650
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NRMJ0000-12-01073/listing.html)
- Place of Performance
- Address: NOAA EARTH SYSTEM RESEARCH LAB (ESRL), 325 Boradway, R/ESRL/B-NOC, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN02694312-W 20120314/120312234658-a8f82cadbb0ea5a585aa18cbca0b443e (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 |