SOLICITATION NOTICE
70 -- Cisco equipment & maintenance support
- Notice Date
- 1/11/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, Information Services Support Branch (ACSI), 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NEN8G46310AS01
- Response Due
- 1/19/2007
- Archive Date
- 2/3/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. NGA intends to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 423430 with a small business size standard of 500 employees. Cisco Brand Name items are required by NGA for standardization of the Local Area Network (LAN). These Cisco products will be installed into existing Cisco devices. They are required for form, fit and function; other manufacturer's components will not operate internally in Cisco devices. Cisco maintenance is required for these components; other maintenance providers do not have access to Cisco proprietary parts. The solicitation number for this requirement is NEN8G46310AS01. Item 1- Cisco Part Number: WS-C6506-E, Part Description: Catalyst 6500 Enhanced 6-slot chassis, 12RU, no PS, no Fan Tray, QTY 1 Each Item 2- Cisco Part Number: WS-CAC-3000W, Part Description: Catalyst 6500 3000W AC Power Supply, QTY 2 Each Item 3 - Cisco Part Number: CAB-AC-C6K-TWLK, Part Description: Power Cord, 250VAC, 16A, twist lock NEMA L6-20 plug, US, QTY 2 Each Item 4 - Cisco Part Number: BF-S720-64MB-RP, Part Description: Cisco BootFlash for SUP720-64MB-RP, QTY 2 Each Item 5 - Cisco Part Number: CF-ADAPTER-SP, Part Description: Cisco SP Adapter with Compact Flash for SUP720, QTY 2 Each Item 6 - Cisco Part Number: GLC-FE-100FX, Part Description: 100Base-FX SFP, MM fiber, LC Conn, QTY 2 Each Item 7 - Cisco Part Number: GLC-SX-MM, Part Description: GigE SFP, LC Conn, SX Transceiver, QTY 2 Each Item 8 ? Cisco Part Number: MEM-C6K-CPTFL512M, Part Description: Cisco Catalyst 6500 SUP720 Compact Flash Mem 512MB, QTY 2 Each Item 9 ? Cisco Part Number: MEM-MSFC2-512MB, Part Description: Cisco MSFC2 Memory Option 512 MB, QTY 2 Each Item 10 ? Cisco Part Number: MEM-S2-512MB, Part Description: Catalyst 6500 512MB DRAM on the Supervisor (SUP2 or SUP720), QTY 2 Each Item 11 - Cisco Part Number: MEM-XCEF720-256M, Part Description: Catalyst 6500 256MB DDR, xCEF720 (67xx interface, DFC3A), QTY 2 Each Item 12 - Cisco Part Number: S733IS-12218SXF, Part Description: Cisco CAT6000-SUP720 IOS IP Services, QTY 1 Each Item 13 - Cisco Part Number: WS-C6506-E-FAN, Part Description: Catalyst 6506-E Chassis Fan Tray, QTY 1 Each Item 14 - Cisco Part Number: WS-F6700-CFC, Part Description: Catalyst 6500 Central Fwd Card for WS-X67xx modules, QTY 2 Each Item 15 - Cisco Part Number: WS-SUP720, Part Description: Catalyst 6500 / Cisco 7600 Supervisor 720, QTY 2 Each Item 16 ? Cisco Part Number: WS-X6148-FE-SFP, Part Description: Catalyst 6500 48-port 100Base-x Mod (Req SFPs), QTY 2 Each Item 17 ? Cisco Part Number: WS-X6724-SFP, Part Description: Catalyst 6500 24-port GigE Mod: Fabric-enabled (Requires SFPs), QTY 2 Each Item 18 ? Cisco Part Number: CON-SNTP-WS-C6506, Part Description: SmartNet 24 x 7 x 4 Service, Catalyst 6506, QTY 1 Each Item 19 - Cisco Part Number: CISCO3845-SEC/K9, Part Description: 3845 Security Bundle, Adv security, 64F/256D, QTY 1 Each Item 20 - Cisco Part Number: PWR-3845-AC, Part Description: Cisco 3845 AC power supply, QTY 1 Each Item 21 - Cisco Part Number: PWR-3845-AC/2, Part Description: Cisco3845 redundant AC power supply, QTY 1 Each Item 22 - Cisco Part Number: CAB-AC, Part Description: Power Cord, 110V, QTY 2 Each Item 23 - Cisco Part Number: GLC-SX-MM, Part Description: GigE SFP, LC Conn, SX transceiver, QTY 2 Each Item 24 - Cisco Part Number: HWIC-1GE-SFP, Part Description: GigE High Speed WIC with One SFP Slot, QTY 2 Each Item 25 - Cisco Part Number: MEM3800-256D-INCL, Part Description: 256BM SDRAM default memory for 3800, QTY 1 Each Item 26 ? Cisco Part Number: MEM3800-64U256CF, Part Description: 64 to 256 MB CF Factory Upgrade for Cisco 3800 Series, QTY 1 Each Item 27 ? Cisco Part Number: NM-1GE, Part Description: 1-Port GigE Network Module, QTY 2 Each Item 28 ? Cisco Part Number: ROUTER-SDM, Part Description: Device Manager for Routers, QTY 1 Each Item 29 - Cisco Part Number: S384ASK9-12403, Part Description: Cisco 3845 Advanced Memory, QTY 1 Each Item 30 - Cisco Part Number: WS-G5484, Part Description: 1000Base-SX Wavelength GBIC (MM only), QTY 2 Each Item 31 - Cisco Part Number: CON-SNT-3845SEC, Part Description: SmartNet 8 x 5 x Next Business Day (NBD) 3845 Security Bundle, QTY 1 Each Delivery is FOB Destination to NGA Reston, Attn: D. Culbertson / MS P-064, 12310 Sunrise Valley Drive, Reston VA, 20191-3349. BRAND NAME JUSTIFICATION: This requirement is for the acquisition of Cisco devices, internal device modules, and Cisco maintenance and support for the items. These Cisco devices will be installed to create new NGA Enterprise Network (NEN) Local Area Network (LAN) segments. The Cisco internal modules will be installed into these Cisco devices; they are required for Form, Fit, and Function: maintenance and support is required for these components; other maintenance providers do not have access to Cisco?s proprietary parts, firmware, and software. All CLINs are for CISCO BRAND NAME ONLY. Only Authorized Cisco Resellers that are recognized by Cisco to sell their product will be considered. Please provide earliest ship dates. All offerors must submit, with their quote, written documentation from CISCO showing that offeror is authorized to provide all items to NGA. Quotes submitted without this documentation will not be evaluated and considered for award. Refurbished items are not acceptable for this requirement. All boxes must be sealed and unopened. Delivery is FOB Destination to addresses identified with CLINs on this synopsis/solicitation. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.233-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. In accordance with FAR 12.603(a)(3) (iii) Offers are due to the following email address no later than 13:30 p.m., Central Daylight Time (CDT), 19 Jan 2007. REQUEST OPEN MARKET PRICING. AWARD WILL BE BASED ON OPEN MARKET PRICING ONLY. IF ALL ITEMS ARE NOT BASED ON OPEN MARKET PRICING YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. All responsible sources may submit a response to Audrey L. Smith via email Audrey.L.Smith@nga.mil or via facsimile, (314) 263-8024. NO TELEPHONE RESPONSES WILL BE ACCEPTED.
- Record
- SN01209956-W 20070113/070111221638 (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 |