Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2006 FBO #1579
SOLICITATION NOTICE

70 -- CISCO HARDWARE

Notice Date
3/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W 6350 Walker Lane Suite 300, Alexandria, VA, 22310-3241
 
ZIP Code
22310-3241
 
Solicitation Number
Reference-Number-YYITB6PR6AP214
 
Response Due
4/4/2006
 
Archive Date
4/19/2006
 
Description
(i)This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) YYITB6PR6AP214 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit electronic offer document type: Combined Synopsis/Solicitation Solicitation Number: YYITB6PR6AP214 Classification Code: 70 ADP Equipment Software, Supplies, Equipment Naics Code: 511210 - Software Publishers, Packaged All US firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued for Brand Name Specific. North American Industrial Classification Standard: 511210. (vii) FOB: Destination for delivery to: DCMA-Information Technology, 6350 Walker Lane, Suite 300, Alexandria, VA 22310. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors? Commercial Items, applies to this acquisition. (ix) The Government intends to award this requirement on brand name basis to resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government. Award shall be based on lowest price technically acceptable. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with quote (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.233-3 Protest After Award; FAR 52.247-34 ? F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.232-7003 Electronic Submission of Payment Requests; 52.232-18 Availability of Funds Apr 1984 applies to this acquisition. (xiv) All quotes must be emailed to Ms. Debra.Dickerson-Small@dcma.mil Quotes are required to be received no later than posted on FEDBIZOPS, EST (Eastern Standard Time). CISCO PARTS *Cisco gear requires asset tags on major components, 3-year Smart-Net maintenance and shipping "inside delivery" to Alexandria, VA. Part # Description Qty Tag? CISCO2621XM Mid Performance Dual 10/100 Ethernet Router w/Cisco IOS IP,32F/128D 3 Y MEM2600XM-32U48FS= 32 to 48 MB Flash Distribution Upgrade for the Cisco 2600XM 3 N MEM2600XM-128D= 128MB DIMM DRAM for the Cisco 2600XM 3 N CD26XM-IPB= Cisco 2600XM Ser IOS IP BASE Feature Pack 3 N CAB-AC Power Cord,110V 3 N WIC-1DSU-T1-V2= 1-Port T1/Fractional T1 DSU/CSU WAN Interface Card: 3 N WS-C3560G-48PS-S Catalyst 3560 48 10/100/1000T PoE + 4 SFP Standard Image 1 Y WS-C3560G-24PS-S Catalyst 3560 24 10/100/1000T PoE + 4 SFP Standard Image 2 Y WS-C3750G-12S-S Catalyst 3750 12 SFP Standard Multilayer Image 2 Y WS-C3560G-24PS-S Catalyst 3560 24 10/100/1000T PoE + 4 SFP Standard Image 2 Y GLC-LH-SM= GE SFP,LC connector LX/LH transceiver 5 N GLC-SX-MM= GE SFP, LC connector SX transceiver 1 N WIC-1SHDSL-V2 1-Port G.SHDSL WIC with Four Wire Support 1 N Part# Description Qty N WS-X6548V-GE-TX= Catalyst 6500 48-port fab-enabled 10/100/1000 inline pwr mod 4 Y WS-F6K-PFC3B= Catalyst 6500 Sup720 Policy Feature Card-3B 5 Y WS-C6K-9SLOT-FAN2= Catalyst 6509 High Speed Fan Tray, Spare 5 N 7600-SIP-400= Cisco 7600 Series SPA Interface Processor-400 3 Y SPA-1XOC12-POS 1-port OC12/STM4 POS Shared Port Adapters 3 Y SFP-OC12-MM OC-12/ STM-4 SFP, Multi-mode Fiber 3 N 7600-SPA SPA for Cisco 7600; No Physical Part; For Tracking Only 3 N CON-SNT-7600SIP4 SMARTNET 8X5XNBD 7600 Series SPA Interface Processor 400 3 N CON-SNT-1XOC12 SMARTNET 8X5XNBD 1-port OC12/STM4 3 N Part # Desciption QTY NM-1T3/E3= Cisco 2600/3600/3700 1port T3/E3 network module 28 Y WS-X6182-2PA= FlexWAN Module for Cisco 7600 / Catalyst 6000 5 Y MEM-C6K-WAN-128M Cisco 7600 and Cisco Catalyst 6500 FlexWAN memory, 128-MB DRAM option 5 N PA-2T3+ 2 Port T3 Serial Port Adapter Enhanced, Spare 5 Y SPA-4XT3/E3 Cisco 4-Port Clear Channel T3/E3 Shared Port Adapter 13 Y 7600-SIP-200 Cisco 7600 Series SPA Interface Processor-200 6 Y MEM-SIP-200-1G 1 GB memory for Cisco 7600 SIP-200 6 N Cisco 3845 3845 w/AC PWR,2GE,1SFP,4NME,4HWIC, IP Base,64F/256D 18 Y MEM3800-64U256CF= 64 to 256MB Compact Flash Disti upgrade for the Cisco 3800 18 N MEM3800-256U1024D= 256 to 1024MB DRAM Disti upgrade for the Cisco 3800 18 N CD384-IPB= Cisco 3845 Ser IOS IP BASE Feature Pack 18 N CAB-AC Power Cord,110V 36 N Part # Desciption QTY N CISCO2621XM Mid Performance Dual 10/100 Ethernet Router w/Cisco IOS IP,32F/128D 6 Y MEM2600XM-32U48FS= 32 to 48 MB Flash Distribution Upgrade for the Cisco 2600XM 6 N MEM2600XM-128D= 128MB DIMM DRAM for the Cisco 2600XM 6 N CD26XM-IPB= Cisco 2600XM Ser IOS IP BASE Feature Pack 6 N CAB-AC Power Cord,110V 6 N WIC-1DSU-T1-V2= 1-Port T1/Fractional T1 DSU/CSU WAN Interface Card: 10 N Part # Description QTY N WS-C3560G-48-PS-S Catalyst 3560 48 10/100/1000T PoE + 4SFP Standard Image 86 Y CAB-SFP-50CM= Catalyst 3560 SFP Interconnect Cable, 50cm 90 N GLC-SX-MM GE SFP, LC Connector SX Tranceivers 40 N GLC-LH-SM GE SFP, LC Connector LX/LH Tranceivers 20 N Part # Description QTY FOM-T3/AC/ST/13MM Radirect Multimode T3 modems 6 N 1. 3 Year Smartnet Maintenance - 8 X 5 X 24 hour phone technical support, and next business day warranty part replacement. 2. DCMA will perform the installation of this gear 3. The vendor is responsible to print asset tags based on DCMA instructions. 4. Delivery to DCMA Skunkworks. There is no dock. It is inside delivery to 3rd floor. 5. Delivery 30 calendar days from award.
 
Place of Performance
Address: DCMA SKUNKWORKS, 6412 BEULAH ROAD, SUITE 300, ALEXANDRIA, VA
Zip Code: 22310
Country: USA
 
Record
SN01011962-W 20060324/060322211602 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.