Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

70 -- MIPR7LFOUNDRY

Notice Date
9/10/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-MIPR7LFOUNDRY
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
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. Solicitation/reference number MIPR7LFOUNDRY applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-19 and Defense Acquisition Circular 91-13. The requirement is a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. The proposed acquisition will require the contractor to provide brand name Foundry equipment. The contract will consist of two (2) line items: CLINs 0001 thru 0002 as follows: CLIN 0001 Quantity/Unit of issue: One (1) lot; Description:Foundry Equipment, Brand Name Only; CLIN 0002 Quantity/Unit of issue: One (1) Lot; Description: Shipping; F.O.B. Destination to: US Postal System Address: USAG Schweinfurt CMR 457, APO AE 09033 OR German Postal Address: USAG Schweinfurt, Niederwerrner Str. Conn ANNEX Bldg. 7, 97421 Schweinfurt, 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. Contractor shall quote all items or none. No Split awards will be made. Partial Payments and partial shipments are NOT authorized. The equipment list under CLIN 0001 is as follows: Part Number Detailed item description (include technical specifications): QTY Unit 7219-2013 Foundry Fastiron GS 648-POESwitch 16 EA 7219-2014 600W, AC Power Supply for FGS624P 16 EA 7219-2015 Technet silver Support, Fastiron GGS648P 16 EA 7219-2016 Fastiron Suprex Chassis 3 EA 7219-2017 90-240 VAC Power Supply Suprec System 3 EA 7219-2018 FSX 2500W 220V POE PS for the Fastiron Super X Family 6 EA 7219-2019 24Port 10/100/1000 GIGB Ethernet Mod 3 EA 7219-2020 POE ADD-IN card for 24-Port 10/100/1000 Modules (P/N SX-FI424C) 12 EA 7219-2021 Technet Silver Support, Fastiron Suprex-4 3 EA 7219-2022 1000Base-LX Mini-GBIC Optic, MMF, LC Connector 19 EA 7219-2023 1000Base-SX Mini-GBIC Optic, MMF, LC Connector 19 EA POWER CORD, EUROPEAN VERSION 32 EA POWER CORD FOR RPS4, EUROPEAN 12 EA Shipping & Handling 1 EA 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; 52.222-3 Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts and Compliance Reports, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 252.212-7000 Alt III, Offeror Representations and Certifications ? Commercial Items, 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; 252.211-7003, Item Identification and Valuation, 252.229-7002, Customs Exemptions (Germany), 252.247-7023, Transportation of Supplies by Sea, DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 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; 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/reference number; (2) The name, address, and telephone number of the offeror; (3) Terms of any express warranty; (4) Price and any discount terms; (5) ?Remit to? address, if different than mailing address; (6) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or certification that they have been completed via ORCA; (7) Acknowledgment of Synopsis/Solicitation Amendments; (8) Tax Identification Number (9) Cage Code (10) DUNs Additional local clauses apply: 52.204-9000, Contract/Order Closeout?Fixed-Price, Time-and-Materials, or Labor-Hours. 52.204-9001, Points of Contact. All unit prices are firm fixed. Quotations are due no later than 1000 EST 14 September 2007. Brand Name Justification is included below. Fax or email your proposals to DITCO/PL512, Attn: Tiffany C Boatwright, Tiffany.Boatwright@disa.mil or PL512@disa.mil, Unit 4235 Box 143, APO AE 09142 Fax Number: 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). Local clauses can be found in the Disa Acquisition Regulations Supplement (DARS) at http://www.ditco.disa.mil/hq/aqinfo.asp. No numbered notes apply. Brand Name Justification is as follows: DEFENSE INFORMATION SYSTEMS AGENCY (DISA) COMPUTING SERVICES LOGISTICS JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION BRAND NAME: Foundry Equipment PR Number: MIPR7LFOUNDRY ` 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 FAR 13.501, Test Program for Commercial Items, section 4202 of the Clinger-Cohen Act of 1996. 1. Agency and Contracting Activity The requiring activity for this action is USAG Schweinfurt, Schweinfurt, Germany. The contracting activity is DISA/DITCO Europe,Building 143, 67681 Sembach-Heuberg, Germany. 2. Nature/Description of Action Requirement is for the purchase of Foundry for the upgrade of the USAG Schweinfurt, GE, under the Life Cycle Replacement Program. 3. Description of Supplies/Services Foundry Fastiron GS 648-POESwitch 16 EA 600W, AC Power Supply for FGS624P 16 EA Technet silver Support, Fastiron GGS648P 16 EA Fastiron Suprex Chassis 3 EA 90-240 VAC Power Supply Suprec System 3 EA FSX 2500W 220V POE PS for the Fastiron Super X Family 6 EA 24Port 10/100/1000 GIGB Ethernet Mod for Fastiron SX IPv4 Only 3 EA POE ADD-IN card for 24-Port 10/100/1000 Modules (P/N SX-FI424C) 12 EA Technet Silver Support, Fastiron Suprex-4 3 EA 1000Base-LX Mini-GBIC Optic, MMF, LC Connector 19 EA 1000Base-SX Mini-GBIC Optic, MMF, LC Connector 19 EA Schipping & Handling Via DANZAS Air Fright to germany 1 EA 4. Identification of Statutory Authority FAR 13.501, Test Program for Commercial Items, section 4202 of the Clinger-Cohen Act of 1996. 5. Demonstration of Contractor?s Unique Qualifications. US Army Garrison (USAG) Schweinfurt?s Local Area Network (LAN) primarily consists of Foundry Inc. Ethernet Layer 2 and 3 switches. This requirement will add additional Ethernet switches to the network and replace existing obsolete, unsupportable and unmanageable switches such as Cabletron Inc. US Army Europe (USAREUR)/5th Signal Command monitors and manages all USAG LANs in the European theater as one large Enterprise Wide Area Network (WAN). All network management and monitoring functions to include USAG Schweinfurt?s LAN are performed centrally by USAREUR/5th Signal Command at Network Operation Centers (NOCs). USAREUR/5th Signal Command uses Foundry Inc. proprietary network management and monitoring software called Iron View Network Manager (INM). Foundry INM software supports sFlow which is embedded in each of the Foundry Ethernet switches. The combination of Foundry INM and sFlow allows USAREUR/5th Signal Command to have full visibility of all network switches and perform continuous monitoring and analysis of network traffic. This visibility allows USAREUR/5th Signal Command to fully centrally manage the entire WAN. If USAG Schweinfurt were to place non Foundry Ethernet switches on their LAN, USAREUR/5th Signal Command would loose the ability to manage USAG Schweinfurt?s Local Area Network (LAN) and essentially disconnect it from the management of the European theater enterprise network. The costs to replace all equipment with another brand name so as to maintain the enterprise level management would exceed $15,000,000. 6. FedBizOpps Announcement/Potential Sources A combined synopsis solicication will be posted to FedBizOpps. 7. Determination of Fair and Reasonable Price The Contracting Officer will compete the requirement with resellers of the equipment that have to ensure prices are fair and reasonable. 8. Description of Market Research Market research indicates there are multiple resellers of Foundry equipment. Research found the following companies: 1. PacStar, 15055 SW Sequoia Pkwy. #100, Portland, OR 97224, 001-503.403.3000, Toll Free: 888.872.1512 2. Foundry Networks Inc., Corporate Headquarters: Santa Clara, CA 95054, 1-408.207.1700, Toll free: 888.TURBOLAN (888.887.2652) 3. CDW-G, Corporate Headquarters, 230 N. Milwaukee Ave. Vernon Hills, IL 60061, 001- 847.371.5600 The research that produced the overarching solution for the Life Cycle Management Program included an evaluation of multiple technologies and equipment manufacturers. This included Foundry and CISCO. The evaluation considered the personal experiences of 8 personnel, a review of product documentation obtained from the web, vendor provided demonstrations and product documentation, a review of currently fielded equipment, and GSA schedule pricing. Based on the evaluation an equipment suite was chosen based on capabilities, integration, and price. This solution included the selection of the Foundry product line. 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 USAG Schweinfurt area of responsibility. 10. Listing of Interested sources: 1. PacStar, 15055 SW Sequoia Pkwy. #100, Portland, OR 97224, 001-503.403.3000, Toll Free: 888.872.1512 2. Foundry Networks Inc., Corporate Headquarters: Santa Clara, CA 95054, 1-408.207.1700, Toll free: 888.TURBOLAN (888.887.2652) 3. CDW-G, Corporate Headquarters, 230 N. Milwaukee Ave. Vernon Hills, IL 60061, 001- 847.371.5600 11. Actions taken to remove barriers to competition: None. 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.
 
Place of Performance
Address: USAG Schweinfurt, Niederwerrner Str. Conn ANNEX Bldg. 7, 97421 Schweinfurt
Zip Code: 97421
Country: GERMANY
 
Record
SN01400541-W 20070912/070910220057 (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.