Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2006 FBO #1731
SOLICITATION NOTICE

59 -- CISCO Equipment and NetFlow Tracker Software

Notice Date
8/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375
 
ZIP Code
09136-5375
 
Solicitation Number
HC1021-06-T-2040
 
Response Due
8/30/2006
 
Point of Contact
Tiffany Boatwright , Contract Specialist, Phone 496302-922728, Fax 4963029227512, - Tiffany Boatwright , Contract Specialist, Phone 496302-922728, Fax 4963029227512,
 
E-Mail Address
tiffany.boatwright@disa.mil, tiffany.boatwright@disa.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization, Unit 4235 Box 143, APO AE 09142 or Heuberg 143, Sembach Germany 67681. RFQ No HC1021-06-T-2040 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-11 and Defense Acquisition Circular 91-13. The requirement is a Firm Fixed Price Commercial item type contract. The proposed acquisition will require the contractor to provide CISCO equipment and Crannog Netflow Tracker software. The contract will consist of eleven (1) line items: CLINS 0001 thru 0011 as follows: CLIN 0001 Quantity/Unit of issue: Six (6) each; Description: CISCO 4400 Series WLAN Controller for up to 100 lightweight AP?s; Brand Name Only; Manufacturer (MFG) Part Number: AIR-WLC4404-100-K9; CLIN 0002 Quantity/Unit of issue: Six (6) each; Description: CISCO AIR Line Cord Central Europe; Brand Name Only; Manufacturer (MFG) Part Number: AIR-PWR-CORD-CE; CLIN 0003 Quantity/Unit of issue: Four hundred Sixty (460) each; Description: CISCO 802.11ag LWAPP AP Integrated Antennas ETSI; Brand Name Only; Manufacturer (MFG) Part Number: AIR-LAP1131AG-E-K9; CLIN 0004 Quantity/Unit of issue: Four-hundred Sixty (460) each; Description: CISCO AIR Line Cord Central Europe; Brand Name Only; Manufacturer (MFG) Part Number: AIR-PWR-CORD-CE; CLIN 0005 Quantity/Unit of issue: Four hundred Sixty (460) each; Description: CISCO Power Supply In: 100-240VAC Out4 8VDC 380mA1100, 1130AG AIR Line Cord Central Europe, 1200; Brand Name Only; Manufacturer (MFG) Part Number: AIR-PWR-A; CLIN 0006 Quantity/Unit of issue: Four hundred Sixty (460) each; Description: CISCO 1130 Series IOS WIRELESS LAN LWAPP Recovery; Brand Name Only; Manufacturer (MFG) Part Number: S113RK9W-12311JX; CLIN 0007 Quantity/Unit of issue: Six (6) each; Description: CISCO Smartnet 8x5xNBD 4404-100LWAN Controller; Brand Name Only; Manufacturer (MFG) Part Number: CON-SNT-WC440410; CLIN 0008 Quantity/Unit of issue: Two Hundred Fifty (250) each; Description: CISCO 3ETI Crypto Client License; Brand Name Only; Manufacturer (MFG) Part Number: 3E-010F-C-2; CLIN 0009 Quantity/Unit of issue: One (1) Lot; Description: Crannog Software: Netflow Tracker ? 5 Devices Annual Maintenance; Brand Name Only; Manufacturer (MFG) Part Number: NFTM 10000; CLIN 0010 Quantity/Unit of issue: One (1) Lot; Description: Crannog Software: Netflow Tracker ? 5 Devices Annual Maintenance; Brand Name Only; Manufacturer (MFG) Part Number: NFTM 10000; CLIN 0011 Quantity/Unit of issue: One (1) Lot; Description: Shipping; F.O.B. Destination to: US Postal System Address, Landstuhl Regional Medical Center ATTN: IMD CMR 402 APO AE 09180 or Landstuhl Regional Medical Center (LRMC), U.S. Hospital, Geb. 3703, ATTN: IMD, 66849 Landstuhl/Kirchberg, no later than 30 days after receipt of order (ARO) unless otherwise detailed on the quotation. Any variation to the requested delivery date shall be provided as the number of days after receipt of order with quote. The Government intends to trade-in fourteen (14) pieces of CISCO equipment for a credit. Detail the credit, if applicable, on the quotation. These devices will be returned to the vendor upon successful receipt of new replacement equipment. A shipping address should be included on the quotation and any necessary return authorization. The trade-in items are as follows: Item 1- Quantity/Unit of issue: Two (2) each; Description: CISCO Airespace Wireless Controller; Manufacturer (MFG) Part Number: AS-4101-DTA-WPS Item 2- Quantity/Unit of issue: Twelve (12) each; Description: CISCO Airespace Access Points; Manufacturer (MFG) Part Number: AS-1200-ABG-INT The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers? Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.203-6; 52.222-21; 52.222-26; 52.222-35; 52.222-36 and 52.222-37. 252.212-7000, Offeror Representations and Certifications ? Commercial Items or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov/; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 252.225-7001 and 252.225-7012.52.212-2, Evaluation ? Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, lowest price, technically acceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; 252.225-7021 Trade Agreements; 252.247-7023 Transportation of Supplies by Sea; Refurbished equipment will not be acceptable. Third Party, ?gray market? equipment will not be acceptable. Vendors must source the original Mfg equipment from authorized sourcing avenues Companies must have a CISCO optical certification and be approved by CISCO as a reseller of optical equipment. Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on SF 1449, letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show ? (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) ?Remit to? address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3; (8) Acknowledgment of Synopsis/Solicitation Amendments; (9) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. The contract type will be a firm fixed price. All unit prices are firm fixed. Quotations are due no later than 1400 GMT 30 August 2006. Brand Name Justification?s are included herein. Fax or email your proposals to DITCO/PL512, Attn: Tiffany C Boatwright, Tiffany.Boatwright@disa.mil, Unit 4235 Box 143, APO AE 09142 49+ 63029227512. Oral proposals are not acceptable. All FAR/DFAR clauses can be obtained at www.far.npr.gov & http://farsite.hill.af.mil/VFFARa.htm). No numbered notes apply. DEFENSE INFORMATION SYSTEMS AGENCY (DISA) COMPUTING SERVICES LOGISTICS JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION BRAND NAME: Cisco Equipment Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. 1. Agency and Contracting Activity The requiring activity for this action is Landstuhl Regional Medical Center, ATTN: IMD CMR 402, APO AE 09180. The contracting activity is DISA/DITCO Europe, Building 143, 67681 Sembach-Heuberg, Germany. 2. Nature/Description of Action Requirement is for the purchase of Cisco wireless devices for the Landstuhl Regional Medical Center (LRMC) network fabric. 3. Description of Supplies/Services CISCO network equipment such as wireless LANs, antennas, line cords, WLAN controllers, and Crypto client licenses. 4. Identification of Statutory Authority 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. 5. Demonstration of Contractor?s Unique Qualifications. This equipment purchase is part of an ongoing LRMC Wireless upgrade program and will be an extension of previously purchased and installed equipment. CISCO products are required to ensure consistency in the design, continuity of training, ease of use, and interoperability. In addition, LRMC network architecture is supported by the Tri-Service Infrastructure Management Program Office (TIMPO). Cisco equipment is supported within the TIMPO sparing and maintenance inventory program for providing replacements and support world wide to MHS facilities. Current LRMC inventory investment of Cisco equipment is over 1.2 million dollars and totals over 250 devices. The LRMC site is 100% Cisco switches, routers and network equipment to provide component inter-operability. LRMC is currently running a Cisco proprietary VLAN protocol on the Cisco equipment, Non Cisco equipment will not inter-operate correctly with LRMC's current implementation of the VLAN protocol. Additionally, Cisco equipment meets DoD FIPS 140-2 certification requirements. All tools for management and managing equipment are specifically designed to support Cisco devices. Site personnel and system administrators are trained exclusively on Cisco equipment. Re-training of site personnel is cost prohibitive and is not justifiable. Continued purchase of Cisco equipment will save the European region over $30,000 dollars in re-training cost on new equipment. If LRMC receives non Cisco equipment, devices will not function or inter-op properly with current Cisco equipment and have the potential to sit idle as they will not furnish the site with the equipment required to provide continued health care to service men and women. 6. FedBizOpps Announcement/Potential Sources A combined synopsis/solicitation will be released to FEDBIZOPPS. 7. Determination of Fair and Reasonable Price Price reasonableness will be determined based upon competition. 8. Description of Market Research Market research indicates there are multiple resellers of CISCO equipment. Research found the following companies: InterNetwork Experts, 1955 Lakeway Dr. Ste 220, Lewisville, TX 75057, 469-549-3937, Contract Vehicle BPA W91RUS-05-A-0006 World Wide Technology, NAS5-02144, 60 Weldon Parkway, Saint Louis, MO 63043, 314-919-1431 The research that produced the overarching solution for the LRMC upgrade program included an evaluation of multiple technologies and equipment manufacturers. These included CISCO, Acorn, NET, Marconi, Carrier Access, Nortel Networks, and Timplex to name a few. The evaluation considered the personal experiences of site personnel, a review of product documentation obtained from the web, vendor provided demonstrations and product documentation, a review of currently fielded equipment, and a review of GSA schedule and retail pricing lists. Based on the evaluations, an equipment suite was chosen based on capabilities, integration, and price. This solution included the selection of the CISCO switch product line as the facility core layer, distribution layer and access layer switches. 9. Supporting Facts This brand name of equipment is requested to maintain uniformity, common troubleshooting and maintenance techniques, a standardized training program and economy of resources across the LRMC area. 10. Listing of Interested sources: Any reseller or wholesaler of these products will be eligible to compete such as: InterNetwork Experts, 1955 Lakeway Dr. Ste 220, Lewisville, TX 75057, 469-549-3937, Contract Vehicle BPA W91RUS-05-A-0006 World Wide Technology, NAS5-02144, 60 Weldon Parkway, Saint Louis, MO 63043, 314-919-1431 11. Actions taken to remove barriers to competition: None. Market research determined there are resellers of these products. 12. Statement of Period of Performance and/or Delivery Schedule The Government anticipates a 30-day delivery period after contractor?s receipt of order. 13. Reference to Approved Acquisition Plan (AP) Not applicable. 14. Section 508 Compliance Required Section 508 documentation has been provided. BRAND NAME DOCUMENTATION: Netflow Tracker from Crannog Software (For Under $100K) 1. Identify the activity acquiring the product or service and the geographical area. The Landstuhl Regional Medical Center (LRMC), Information Management Division, located in Landstuhl Germany. 2. Describe the supplies and/or services being procured. Netflow Tracker from Crannog-software company. The manufacture part numbers are NFTM 10000, Netflow Tracker ? 5 Devices Annual and NFT 1000, Netflow Tracker ? 5 Devices Annual. 3. Provide the rationale, supporting the limited sources acquisition. Justify the use of limited sources due to Brand Name. This software provides real time monitoring of Netflow data, harnessing flow information from Cisco IOS NetFlow and IPFIX, J-FLow, cflowd and sFlow, providing the LRMC network managers detailed network traffic information without the use of probes or additional appliances. Crannog software is the sole provider of Crannog Netflow Tracker and is based on the windows OS platform. Most other vendors utilize Unix or a Linux derivative and LRMC does not currently or plan to have Unix/Linux system administrators. It is not cost effective to hire and retain a Unix system administrator for one application, as all other LRMC applications that we support are based on the Windows based OS and current personnel are presently fully trained to utilize this OS. 4. Lack of advance planning and funding availability by the requiring activity is not a sufficient justification for sole source procurement? The requirement to capture full NetFlow / IPFIX traffic information, allowing significant in-depth application and protocol information analysis to take place including user, server and applications activity was identified in conjunction with the ongoing wireless and VoIP initiative. Traffic views by user, user group, conversation, system and application that is suitable for security, QoS, traffic analysis requirements is essential for the successful deployment of these two systems. If this application is not purchased in a timely manner, both the wireless and VoIP initiative will face a difficult, if not impossible task of succeeding. This software tool is essential to the correct configuration and initialization of the devices that the wireless and VoIP systems will run on.
 
Place of Performance
Address: Landstuhl Regional Medical Center (LRMC), U.S. Hospital, Geb. 3703, ATTN: IMD, 66849 Landstuhl/Kirchberg,
Zip Code: 66849
Country: GERMANY
 
Record
SN01120733-W 20060823/060821220101 (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.