Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2005 FBO #1418
SOLICITATION NOTICE

70 -- McDATA 32-Port SAN Switch and Rack Mounting Kit OR Equal

Notice Date
10/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-06-Q-D526
 
Response Due
10/19/2005
 
Archive Date
11/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00140-06-Q-D526. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-06 and DFARS Change Notice 20051011. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 334111 and the Small Business Standard is 1,000 employees. This is a 100% Small Business Set-Aside. The Fleet and Industrial Supply Center (FISC) Norfolk, Philadelphia Division requests responses from qualified sources capable of providing: CLIN 0001 (3 each) ? McDATA ES-3232 Sphereon 32-port SAN Switch and rack mounting kit (McDATA 3026) OR Equal. Must be 100% compatible with McDATA Intrepid 6140 SAN Director and QLogic and LSI Logic HBAs. Salient characteristics are as follows: PORT DENSITY: 32 ports/ 1.5U rack space; MEDIA TYPE: standard LC interface, Small Form Factor (SFP); PORT SPEED: 2 Gbps at full duplex; SWITCH THROUGHPUT: 128 Gb/s; LATENCY: Less than 2 microseconds average; DISTANCE BETWEEN SWITCH AND CLIENT: capable of at least 200 meters; PHYSICAL FEATURES: SFPs can be added in 1-SFP increments; Hot-plug SFP modules (must be included with switch); Redundant (dual), hot-plug power supplies and fans; 19? rack mountable or stackable table top operation (mounting hardware must be included); MANAGEMENT FEATURES: Switch manufacturer must provide SAN switch management software to be installed on management consoles or management laptops; embedded fabric management; SNMP capable; In-band console port access; and LAN/Ethernet (10/100 Mbps) connectivity for online access/management via TCP/IP. Delivery is to be made F.O.B. Destination within 30 days after date of order to the U.S. Joint Forces Command in Virginia. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.211-6 Brand Name or Equal; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 including FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3 and FAR 52.232-33. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.225-7036, DFARS 252.227-7015, DFARS 252.227-7037 and DFARS 252.232-7003. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. Quoters must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Further, quoters are required to go on-line to the Business Partner Network at http://orca.bpn.gov to complete their Online Representations and Certifications Application (ORCA) prior to submittal of a quotation. This announcement will close at 4:00 PM EST on 19 October 2005. Oral communications are not acceptable in response to this notice. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number, if applicable, CAGE Code, Tax ID number and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. If a quoter is NOT providing the brand name product, information shall be submitted with the quote response sufficient for the Government to determine the acceptability of the product quoted. Award will be made on the basis of the lowest evaluated price providing a brand name or acceptable equal product as determined in accordance with the salient characteristics stated. ONLY NEW PRODUCTS ARE ACCEPTABLE. REFURBISHED OR EQUAL TO NEW PRODUCTS ARE NOT ACCEPTABLE. Quotes may be submitted by mail to the attention of Ms. Regina Magee at FISC Norfolk, Philadelphia Division, 700 Robbins Avenue, Building 2B, Philadelphia, PA 19111 or by e-mail to regina.magee@navy.mil. Facsimile responses will not be accepted. Responses through FEDBIZOPPS or NECO WILL NOT BE ACCEPTED. Ms. Magee can be reached at 215-697-9633. All responsible sources may submit a quote which shall be considered by the agency.
 
Record
SN00914695-W 20051014/051012212800 (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.