Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOURCES SOUGHT

70 -- PORT MATRIX SWITCH AND GRAPHICAL LAB SOFTWARE

Notice Date
8/4/2006
 
Notice Type
Sources Sought
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
Reference-Number-HSCG84-06-S-AAS141
 
Response Due
8/14/2006
 
Archive Date
10/31/2006
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. The Department of Homeland Security, U. S. Coast Guard, Maintenance and Logistics Command Atlantic, Norfolk, VA and the United States Coast Guard Academy in New London, Connecticut is issuing this notice to identify sources capable of providing a Port Matrix Switch and a Graphical Lab Manager Software. The Port Matrix switch shall meet the following criteria: Standard rack-mountable OSI Model Layer 1 (physical) modular, digital patch panel (a.k.a. a "matrix switch" or "cross-connect") that provides the ability to logically program a connection from any port to any other port without rewiring and within 90 seconds of executing the reconfiguration. Ports that are not connected must be individually physically isolated. Single, industrial strength, chassis with minimum port density of 250 10/100/1000 RJ-45 (for IEEE 802.3 standard Ethernet connections) ports (which must support speed auto negotiation, duplex auto sensing, auto MDI/MDIX, jumbo Ethernet packets, perform 3R (retime, reshape, and retransmit) signal regeneration, and have front panel status LEDs) and 16 fiber optic ports (type SX multimode). This switch does not have to connect copper and fiber ports; only any copper to any copper port and separately any fiber to any fiber port. Operating Temperature Range: 0?C to 38?C (32?F to 110?F) Storage Temperature: -29?C to 66?C (-20?F to 150?F) Relative Humidity: 80% maximum, non-condensing Weight (chassis): not to exceed 50 lbs fully outfitted Mounting: not to exceed 12 RU. The Graphical Lab Manager Software shall meet the following criteria: Software shall be Windows XP compatible (may be self-contained or a client/server design) that provides automated re-configurations, remote access, and asset management. Must be an easy-to-use Graphical User Interface (with a Drag-and-drop design of configurations) that manages physical layer switching infrastructure (via the "matrix" switch specified above) to which network lab resources are connected. Must be intuitive to setup (one time) and use. You must be able to save and retrieve configurations as well as support multiple, simultaneous configurations. There must be granularity in user privileges (i.e. some users can override other users; some users do not have access to all ports/hardware). Scheduling of configurations required (i.e. lab must be able to auto-configure itself based on a pre-defined configuration as scheduled by date and time) as well as the ability to view all pending and active schedules. Upon connecting devices in the GUI, the software must be able to automatically determine which ports to connect, identify any conflicts, and upon successful resolution execute the new configuration for 200 devices within 90 seconds. Software shall include capability to e-mail logs and events (ex. Confirmation that a schedule has executed). Web-based preferred. Must be able to reconfigure network devices (i.e. switches and routers) from this software; if this feature is not presently available, free upgrade to this version must be included in the proposal. Contractors having capabilities to provide the above mentioned Port Matrix Switch and Software are invited to provide information to contribute to this market survey/sources sought notice including specification sheets on proposed items via e-mail to the Contract Specialist at: jackie.a.dickson@uscg.mil no later than COB 14 August, 2006. Responses should include the following information: company name, address, point of contact, phone number; business size and disadvantaged, 8(a) or HUBZone status and GSA Contract information, if applicable. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriated for this procurement. A solicitation will be issued shortly and will be synopsized on the Fed Biz Ops Electronic Posting System at www.fbo.gov. When issued the solicitation will appear on the MLCLANT Intranet Web site http://www.uscg.mil/mlclant/fdiv/fdiv.html. It is the potential offer?s responsibility to monitor these avenues for release of any future solicitation or synopsis. The applicable NAICS Code is 423430 - Computer and Computer Peripheral Equipment and Software Merchant Wholesalers with a size standard of 100 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA?s Small Business Size Regulations, http//www.sba.gov/regulations/121.
 
Place of Performance
Address: 300 East Main Street, Suite 965, Norfolk, Virginia
Zip Code: 23510
Country: UNITED STATES
 
Record
SN01106659-W 20060806/060804220439 (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.