Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

70 -- CISCO CATALYST

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N Ft Myer Drive, Arlingon, VA 22004
 
ZIP Code
22004
 
Solicitation Number
1069-6Z7230
 
Response Due
9/9/2006
 
Archive Date
3/8/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1069-6Z7230 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Saturday, September 9, 2006 at 12:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ARLINGTON, VA 22209 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Cisco Catalyst 3750 24 100BASEFX +2SFP Standard Multilayer Image PART# WS-C3750-24FS-S, 55, EA; LI 002, CISCO AC POWER CORD, US PART# CAB-AC, 55, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Gail Keeling at keelingge@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FOB DESTINATION CONUS Delivery shall be made within 30 days or less after receipt of order (ARO). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) no later than the closing date and time for this solicitation. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. D) Full Cisco warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. To bid on this requirement, Sellers must be Cisco Gold, Silver or Premier Partners. . This Justification and Approval (J&A) on a brand name only basis is for the use of Department of State approved Cisco IT equipment. The use of a brand name description is essential to the Government?s requirements and compatibility with existing operational equipment across the Global DoS Enterprise. Infrastructure connectivity requirements preclude consideration of the products of another company that may produce an incompatibility risk to the Enterprise. DS/CTO/CPA has identified Cisco IT Equipment as a key component of the Department?s networking system. Cisco IT equipment is required to provide compatible configuration for network connectivity to existing Department of State?s enterprise network infrastructure based on existing management tools and routing capabilities that requires two critical protocols supported only by Cisco network equipment; HSRP (Hot Standby Router Protocol) and EIGRP (Enhanced Interior Gateway Routing Protocol). As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements as a key component of the Department?s networking system. The Cisco IT equipment have undergone test and assessment, evaluation for DS deployments and received final approval from the Department of State IT Configuration Control Board and DS IT Review Board.
 
Web Link
www.fedbid.com (b-32020, n-3390)
(http://www.fedbid.com)
 
Place of Performance
Address: ARLINGTON, VA 22209
Zip Code: 22209
Country: US
 
Record
SN01134840-W 20060908/060906220653 (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.