Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
SOLICITATION NOTICE

70 -- Computer hardware support and installation

Notice Date
3/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Office of the Secretary of Defense, Defense Microelectronics Activity, Contracting Division 4234 54th Street, Building 620, McCellan, CA, 95652-1521
 
ZIP Code
95652-1521
 
Solicitation Number
H94003-05-T-0004
 
Response Due
3/30/2005
 
Archive Date
4/14/2005
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
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 a solicitation. The NAICS code is 423430 and the size standard for this requirement is 500 employees. Purchase Requisition 5ME5D701 is issued as Request for Quotation H94003-05-T-0004 and is setaside 100% for small disadvantaged businessess. 3.1 Purchase: This SOW provides for the purchase of CISCO equipment as identified in Appendix A. Item 1 shall be configured as shown in Appendix B. Appendix A P/Ns are WS-C6509, C2950T-24, installation and maintenance. P/Ns for tradein are Cisco7204 router, WS-C5000, 3 each in different configurations as specified in Appendix C, WS-C1924-EN switch, WS-C1900 switch and WS-C2924-XL switch. 3.2 Design, Installation and Configuration support: The contractor shall be responsible for the installation, configuration and integration of the WS-C6509 and cards. (DMEA will install and test the C2950T-24 switches.) At a minimum, this shall include: (1) Document and analyze of the existing router configuration including VLAN setup. A preliminary diagram of the DMEA network as of the date of this SOW is included in Figure 1. (2) Analyze DMEA?s draft diagram of the proposed final network diagram (see Figure 2.) and the data from the previous step and develop a proposed redesign and any necessary diagrams for the router/LAN configuration. The redesign shall include but not be limited to such factors as VLAN, security, Quality of Service, and routing. (3) The contractor shall ensure the WS-C6509 switch is loaded with the most current IOS software. (4) The contractor shall develop and document intermediate configurations for installation and cutover and roll back contingency plans as needed. Intermediate configurations shall be tested as needed. (5) The contractor shall assemble and test the operation of the WS-C6509 (6) Final installation and cut over shall be accomplished outside of DMEA normal work hours (M-F, 0630 to 1800) so as to minimize impacts on normal network operation. All other on-site work can be accomplished during normal DMEA business hours. All on-site work shall be scheduled in advance and conducted in room 134 where the present 7204 router and the three WS-C5000 switches are located. Note that some portable walls may have to be moved to facilitate the installation of the new switch and the removal of the existing router and switches. 3.3 Maintenance: The contractor shall provide hardware maintenance and software or firmware upgrades for a period of one year after the purchase for items 1 and 2 as identified in attachment A. At a minimum, hardware maintenance includes the following: Eight-hour by five-day by next business day coverage with response on a priority basis, generally not later than the next covered day. Contractor shall provide DMEA with direct access to Cisco Systems for initiation, follow-up and closure of trouble reports for all products covered by the contract. All materials used for service within covered hours. Customer option to extend remedial service beyond covered hours at preferred hourly rates. Delivery and installation support for all field modifications and repairs (hardware, firmware and software) required to ensure proper machine operation and the safety of equipment and/or personnel. All replacement parts shall be provided directly from Cisco Systems. The use of substitute parts or Cisco Systems parts remanufactured by suppliers other than Cisco Systems is not acceptable. All replacement or upgraded firmware and software shall be provided directly from Cisco Systems. The use of firmware and software not developed and approved by Cisco Systems is not acceptable. Direct access to Cisco Systems support personnel, documents, and firmware/software updates via telephone, internet, and email. 3.4 Special requirements: 3.4.1 Security: The contractor is required to provide advance notification prior to conducting any on-site inspection, installation or maintenance. A two (2) hour minimum notice during normal business hours shall be given. All installation and maintenance work shall be performed by US citizens. Contractor personnel shall provide proof of citizenship in accordance with the DMEA visitor approval process in effect at the time the visit is requested and prior to being allowed entry into DMEA facilities. During periods of exceptionally heightened security, additional advance notice and background investigations of contractor personnel may be required prior to gaining entry into DMEA. A two (2) hour minimum notice during normal business hours shall be given. 3.5 Acceptance criteria: The contractor shall develop and conduct an acceptance test that demonstrates that all requirements of this contract have been met. The initial acceptance test shall be conducted and successfully completed immediately after installation of the new equipment. These tests shall demonstrate improved throughput after the installation and that all existing 7204 router and WS-C5000 switch functionality has been retained or improved by the new equipment. These tests shall also demonstrate that the existing security measures in the 7204 router remain in effect or are improved after the installation of the new equipment. This requirement is being solicited as an all or none and will be awarded to the low overall offeror, price and other factors considered. It is very highly recommended that you request a complete purchase description including the current configuration of our Network layout with Cisco 6509, including Appendix A (hardware required), Appendix B (Cisco hardware configuration for WS-C6509), and Appendix C (Hardware configuration for selected items offered for trade). Send an email request to hilton@dmea.osd.mil or fax your request to (916) 231-2826. Contractors must be registered in the Central Contractor Registration (CCR) prior to an award. The following FAR clauses apply: 52.212-1, Instructions to Offerors ?Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. DPAS rating is C9E. Questions regarding this solicitation should be addressed in writing by email or fax to J. Hilton at Hilton@dmea.osd.mil. Offerors are due at 3:00PM on 30 Mar 2005.
 
Place of Performance
Address: Defense Microelectronics Activity, 4234 54th Street, McClellan, CA 95652-2100
 
Record
SN00761402-W 20050304/050302212640 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.