Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

70 -- Cisco CORE upgrade

Notice Date
9/22/2014
 
Notice Type
Presolicitation
 
Contracting Office
1701 N. Ft. Myer Drive, ARLINGTON, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1721430117
 
Response Due
9/26/2014
 
Archive Date
3/25/2015
 
Point of Contact
Name: Terry Lord, Title: Contracting Officer, Phone: 7038754985, Fax: 1111111111
 
E-Mail Address
lordtg@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1721430117. 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. 679593. 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 2014-09-26 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, Exact Match Only, to the following: LI 001: 1.0 WS-X45-SUP7-E= Catalyst 4500 E-Series Supervisor 848Gbps, 2, EA; LI 002: 1.1 S45EUK9-35-1521E CAT4500e SUP7-E/SUP7L-E Universal Crypto Image, 2, EA; LI 003: 1.2 SFP-10G-SR 10GBASE-SR SFP Module, 2, EA; LI 004: 1.3 C4500E-IPB-S Catalyst 4500E IPB license for Spare Supervisor, 2, EA; LI 005: 1.4 C4500E-LIC-PAK PAK license SKU for spare sup configuration, 2, EA; LI 006: 2.0 WS-C4500X-40X-ES Catalyst 4500-X 40 Port 10G Ent. Services Frt-to-Bk No P/S, 2, EA; LI 007: 2.1 Catalyst 4500-X 40 Port 10G Ent. Services Frt-to-Bk No P/S Catalyst 4500X 750W AC front to back cooling 2nd PWR supply, 2, EA; LI 008: 2.2 C4KX-PWR-750AC-R Catalyst 4500X 750W AC front to back cooling power supply, 2, EA; LI 009: 2.3 CAB-US515-C15-US NEMA 5-15 to IEC-C15 8ft US, 4, EA; LI 010: 2.4 S45XUK9-35-1521E CAT4500-X Universal Crypto Image, 2, EA; LI 011: 2.5 C4500X-IP-ES IP Base to Ent. Services license for 32 Port Catalyst 4500-X, 2, EA; LI 012: 2.6 GLC-T 1000BASE-T SFP, 4, EA; LI 013: 2.7 SFP-H10GB-CU3M 10GBASE-CU SFP+ Cable 3 Meter, 2, EA; LI 014: 2.8 SFP-10G-SR 10GBASE-SR SFP Module, 30, EA; LI 015: 2.9 C4KX-NM-8SFP+ Catalyst 4500X 8 Port 10G Network Module, 2, EA; LI 016: 3.0 N5K-C56128P Nexus 56128P 2RU Chassis 48x10G SFP+ 4x40G QSFP+, 2, EA; LI 017: 3.1 SFP-H10GB-CU1M 10GBASE-CU SFP+ Cable 1 Meter, 4, EA; LI 018: 3.2 SFP-10G-SR 10GBASE-SR SFP Module, 20, EA; LI 019: 3.3 CAB-9K12A-NA Power Cord 125VAC 13A NEMA 5-15 Plug North America, 4, EA; LI 020: 3.4 N6KUK9-702N1.1 Nexus 5600/6000 Base OS Software Rel 7.0(2)N1(1), 2, EA; LI 021: 3.5 NXA-PAC-1100W Nexus 1100W Platinum PS Port side Exhaust airflow, 4, EA; LI 022: 3.6 N56128-FAN-F Nexus 56128 Fan Mod with F-B Airflow(Port side exhaust), 8, EA; LI 023: 3.7 N5596-ACC-KIT Nexus 5596 Chassis Accessory Kit, 2, EA; LI 024: 3.8 N6K-PS-BLANK Nexus 6004 Power Supply Blank Cover, 4, EA; LI 025: 3.9 N56-M24UP2Q Nexus 56128P Module 24x 10G SFP+ UP 2x QSFP+ fixed ports, 2, EA; LI 026: 3.10 DS-SFP-FC8G-LW 8 Gbps Fibre Channel LW SFP+ LC, 32, EA; LI 027: 3.11 N56-M24UP2Q Nexus 56128P Module 24x 10G SFP+ UP 2x QSFP+ fixed ports, 2, EA; LI 028: 3.12 DS-SFP-FC8G-SW 8 Gbps Fibre Channel SW SFP+ LC, 32, EA; LI 029: 3.13 N1K-VLCPU-96-ESSTL Nexus 1000V Essential Edition Paper Delivery License Qty 96, 2, EA; LI 030: 3.14 N56128-SBUN-P1 Nexus 56128 SBUN-Promo;L3DCNM-LAN/SANChassis StorageEL2, 2, EA; LI 031: 3.15 N56128-128P-SSK9 Nexus 56128 Chassis Storage License, 2, EA; LI 032: 3.16 N56128-EL2-SSK9 Nexus 56128 Enhanced Layer 2 License, 2, EA; LI 033: 3.17 N56-VMFEX9 Nexus 5600 VM-FEX license, 2, EA; LI 034: 3.18 N56-FNPV-SSK9 Nexus 5600 FNPV License, 2, EA; LI 035: 3.19 DCNM-SAN-N5K-K9 DCNM for SAN License for Nexus 5000, 2, EA; LI 036: 3.20 DCNM-LAN-N5K-K9 DCNM for LAN Advanced Edt. for Nexus 5000, 2, EA; LI 037: 3.21 N56-LAN1K9 Nexus 5600 Series LAN Enterprise License, 2, EA; LI 038: 3.22 N56-BAS1K9 Nexus 5600 Series LAN Base License, 2, EA; LI 039: 3.23 N5K-DFA-P1 Nexus DFA production support, 2, EA; LI 040: 4.0 N2K-C2248TP-E N2K-C2248TP-E-1GE (48x100/1000-T+4x10GE) airflow/PS option, 4, EA; LI 041: 4.1 SFP-10G-SR 10GBASE-SR SFP Module, 8, EA; LI 042: 4.2 CAB-9K12A-NA Power Cord 125VAC 13A NEMA 5-15 Plug North America, 8, EA; LI 043: 4.3 N2248TP-E-FA-BUN Standard Airflow pack:N2K-C2248TP-E-1GE 2 AC PS 1Fan, 4, EA; LI 044: 5.0 WS-C3750X-24S-S Catalyst 3750X 24 Port GE SFP IP Base, 5, EA; LI 045: 5.1 CAB-3KX-AC AC Power Cord for Catalyst 3K-X (North America), 10, EA; LI 046: 5.2 C3KX-PWR-350WAC/2 Catalyst 3K-X 350W AC Secondary Power Supply, 5, EA; LI 047: 5.3 C3KX-NM-1G Catalyst 3K-X 1G Network Module option PID, 5, EA; LI 048: 5.4 S375XVK9T-15002SE CAT 3750X IOS UNIVERSAL WITH WEB BASE DEV MGR, 5, EA; LI 049: 5.5 CAB-STACK-3M Cisco StackWise 3M Stacking Cable, 5, EA; LI 050: 5.6 CAB-SPWR-30CM Catalyst 3750X and 3850 Stack Power Cable 30 CM, 5, EA; LI 051: 5.7 C3KX-PWR-350WAC Catalyst 3K-X 350W AC Power Supply, 5, EA; LI 052: 6.0 GLC-GE-100FX= 100BASE-FX SFP for GE SFP port on 3750 3560.2970 2960, 72, EA; LI 053: 7.0 GLC-SX-MMD= 1000BASE-SX SFP transceiver module MMF 850nm DOM, 68, EA; LI 054: 8.0 TRN-CLC-001 100 Prepaid training credits:Redeem w/Cisco Learning Partnrs, 4, EA; LI 055: 2.0.1 CON-SNT-C45X40XE SMARTNET 8X5XNBD Catalyst 4500-X 40 Port 10G Ent. Service, 2, EA; LI 056: 3.0.1 CON-SNT-56128P SMARTNET 8X5XNBD Nexus 56128P 2RU Cha, 2, EA; LI 057: 3.14.0.1 CON-SAU-128SBNP1 SW APP SUPP + UPGR Nexus 56128 SBUN; L3, 2, EA; LI 058: 3.19.0.1 CON-SAU-N5SDCNM SW APP SUPP + UPGR DCNM for SAN License for Nexus 5000, 2, EA; LI 059: 3.20.0.1 CON-SAU-N5LDCNM SW APP SUPP + UPGR DCNM for LAN Advance, 2, EA; LI 060: 4.0.1 CON-SNT-C2248TPE SMARTNET 8X5XNBD Null SKU, 4, EA; LI 061: 4.3.0.1 CON-SNT-2248EFA SMARTNET 8X5XNBD Standard Airflow pack:N2K-C2248TP-E-1GE, 4, EA; LI 062: 5.0.1 CON-SNT-C375X24S SMARTNET 8X5XNBD Catalyst 3750X 24 Port GE SFP IP Base, 5, 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 this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. 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.") In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. (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. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. 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/A-LM-AQM/A-LM-AQM/1721430117/listing.html)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
 
Record
SN03522117-W 20140924/140922235429-dfa560b30cb18ae84878cdaf2ec4642b (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.