Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
MODIFICATION

70 -- Cisco Switches, APC Smart UPS

Notice Date
2/26/2008
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA08B0008
 
Response Due
2/29/2008
 
Archive Date
8/27/2008
 
Point of Contact
Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number SAQMMA08B0008. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 62636_03. NASA SEWP IV Contracts Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-02-29 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Cisco Catalyst 2960 24-port switch; part number WS-C2960-48TC-L; WS-C2960-48TC-L (24) 10/100BaseT & (2) 10/100/1000BaseT or SFP Ports LAN Base, 303, EA; LI 002, Cisco Catalyst 2960 24-port switch; part number WS-C2960-24TC-L; WS-C2960-24TC-L (24) 10/100BaseT & (2) 10/100/1000BaseT or SFP Ports LAN Base, 163, EA; LI 003, Cisco Catalyst 3560G 48-port switch with extended SmartNet warranty; WS-C3560G-48TS-E with 2 years of SmartNet Coverage (48) 10/100/1000BaseT & (4) SFP Ports IP Service CON-SNT-356048TE QTY (2)., 49, EA; LI 004, Cisco Catalyst 1000BSX MM GBIC Module; part number WS-G5484=, 177, EA; LI 005, APC Smart UPS 2200 (auto-sensing); part number SU2200R3X167; see below specs: SU2200R3X167 Output Output Power Capacity 1600 Watts / 2200 VA Max Configurable Power 1600 Watts / 2200 VA Nominal Output Voltage 120V Output Voltage Distortion Less than 5% at full load Output Frequency (sync to mains) 47 - 53 Hz for 50 Hz nominal,57 - 63 Hz for 60 Hz nominal Crest Factor up to 5 : 1 Waveform Type Sine wave Output Connections (8) NEMA 5-15R Input Nominal Input Voltage 120V,230V Input Frequency 50/60 Hz +/- 3 Hz (auto sensing) Input Connections NEMA 5-20P Schuko CEE 7 / EU1-16P British BS1363A Italian CEI 23-16 Cord Length 1.83 meters Input voltage range for main operations --V Input voltage adjustable range for mains operation --V Batteries & Runtime Battery Type Maintenance-free sealed Lead-Acid battery with suspended electrolyte : leak proof Typical recharge time 3 hour(s) Replacement battery cartridge RBC12 RBC Quantity 1 Typical Backup Time at half load 24.5 minutes (800 Watts) Typical Backup Time at full load 6.8 minutes (1600 Watts) Communications & Management Interface Port(s) DB-9 RS-232,SmartSlot Available SmartSlot Interface Quantity 1 Control panel LED status display with load and battery bar-graphs and On Line : On Battery : Replace Battery : and Overload Indicators Audible Alarm Alarm when on battery : distinctive low battery alarm : configurable delays Emergency Power Off (EPO) Optional Surge Protection & Filtering Surge energy rating 480 Joules Filtering Full time multi-pole noise filtering : 0.3% IEEE surge let-through : zero clamping response time : meets UL 1449 Physical Maximum Height 132.00 mm Maximum Width 483.00 mm Maximum depth 635.00 mm Rack Height 3U Net Weight 46.82 KG Shipping Weight 55.91 KG Shipping Height 254.00 mm Shipping Width 622.00 mm Shipping Depth 953.00 mm Color Beige Environmental Operating Environment 0 - 40 C Operating Relative Humidity 0 - 95% Operating Elevation 0-3000 meters Storage Temperature -15 - 45 C Storage Relative Humidity 0 - 95% Storage Elevation 0-15000 meters Audible noise at 1 meter from surface of unit 47 dBA Online Thermal Dissipation 275.00 BTU/hr Conformance Regulatory Approvals CSA, FCC Part 15 Class A, UL 1778 Standard Warranty 2 years repair or replace, optional on-site warranties available, optional extended warranties available Miscellaneous CD with software, Country-specific detachable power cord, Smart UPS signaling RS-232 cable, User Manual TAA-compliant, 72, EA; LI 006, APC Smart UPS 2200 (110v only); part number SUA2200RMUS; see below specs: SUA2200RMUS Output Output Power Capacity 1980 Watts / 2200 VA Max Configurable Power 1980 Watts / 2200 VA Nominal Output Voltage 120V Output Voltage Distortion Less than 5% at full load Output Frequency (sync to mains) 47 - 53 Hz for 50 Hz nominal,57 - 63 Hz for 60 Hz nominal Crest Factor up to 5 : 1 Waveform Type Sine wave Output Connections (6) NEMA 5-15R (2) NEMA 5-20R Input Nominal Input Voltage 120V Input Frequency 50/60 Hz +/- 3 Hz (auto sensing) Input Connections NEMA 5-20P Cord Length 2.44 meters Input voltage range for main operations 82 - 144V Input voltage adjustable range for mains operation 75 - 154V Batteries & Runtime Battery Type Maintenance-free sealed Lead-Acid battery with suspended electrolyte : leak proof Typical recharge time 3 hour(s) Replacement battery cartridge RBC43 RBC Quantity 1 Typical Backup Time at half load 15.7 minutes (990 Watts) Typical Backup Time at full load 5.2 minutes (1980 Watts) Communications & Management Interface Port(s) DB-9 RS-232,SmartSlot,USB Available SmartSlot Interface Quantity 1 Control panel LED status display with load and battery bar-graphs and On Line : On Battery : Replace Battery : and Overload Indicators Audible Alarm Alarm when on battery : distinctive low battery alarm : configurable delays Emergency Power Off (EPO) Yes Surge Protection & Filtering Surge energy rating 480 Joules Filtering Full time multi-pole noise filtering : 0.3% IEEE surge let-through : zero clamping response time : meets UL 1449 Physical Maximum Height 89.00 mm Maximum Width 483.00 mm Maximum depth 660.00 mm Rack Height 2U Net Weight 43.64 KG Shipping Weight 56.82 KG Shipping Height 254.00 mm Shipping Width 622.00 mm Shipping Depth 980.00 mm Color Black Units per Pallet 8 Environmental Operating Environment 0 - 40 C Operating Relative Humidity 0 - 95% Operating Elevation 0-3000 meters Storage Temperature -15 - 45 C Storage Relative Humidity 0 - 95% Storage Elevation 0-15000 meters Audible noise at 1 meter from surface of unit 47 dBA Online Thermal Dissipation 300.00 BTU/hr Conformance Regulatory Approvals BSMI, CSA, UL 1778, FCC Part 15 Class A Standard Warranty 2 years repair or replace, optional on-site warranties available, optional extended warranties available TAA-compliant, 83, EA; LI 007, APC Smart UPS 700; part number SU700X167; see below specs: SU700X167 Output Output Power Capacity 450 Watts / 700 VA Max Configurable Power 450 Watts / 700 VA Nominal Output Voltage 120V Output Voltage Distortion Less than 5% at full load Output Frequency (sync to mains) 47 - 53 Hz for 50 Hz nominal,57 - 63 Hz for 60 Hz nominal Crest Factor up to 5 : 1 Waveform Type Sine wave Output Connections (6) NEMA 5-15R Input Nominal Input Voltage 120V,230V Input Frequency 50/60 Hz +/- 3 Hz (auto sensing) Input Connections British BS1363A Italian CEI 23-16 NEMA 5-15P Schuko CEE 7/7P Cord Length 1.83 meters Input voltage range for main operations 187 - 242 (220V),92 - 147V Input voltage adjustable range for mains operation --V Batteries & Runtime Battery Type Maintenance-free sealed Lead-Acid battery with suspended electrolyte : leak proof Typical recharge time 3 hour(s) Replacement battery cartridge RBC6 RBC Quantity 1 Typical Backup Time at half load 40.9 minutes (225 Watts) Typical Backup Time at full load 12.5 minutes (450 Watts) Communications & Management Interface Port(s) DB-9 RS-232,SmartSlot Available SmartSlot Interface Quantity 1 Control panel LED status display with load and battery bar-graphs and On Line : On Battery : Replace Battery : and Overload Indicators Audible Alarm Alarm when on battery : distinctive low battery alarm : configurable delays Emergency Power Off (EPO) Optional Surge Protection & Filtering Surge energy rating 480 Joules Filtering Full time multi-pole noise filtering : 0.3% IEEE surge let-through : zero clamping response time : meets UL 1449 Physical Maximum Height 216.00 mm Maximum Width 170.00 mm Maximum depth 439.00 mm Net Weight 24.09 KG Shipping Weight 26.36 KG Shipping Height 387.00 mm Shipping Width 320.00 mm Shipping Depth 591.00 mm Color Beige Environmental Operating Environment 0 - 40 C Operating Relative Humidity 0 - 95% Operating Elevation 0-3000 meters Storage Temperature -15 - 45 C Storage Relative Humidity 0 - 95% Storage Elevation 0-15000 meters Audible noise at 1 meter from surface of unit 45 dBA Online Thermal Dissipation 135.00 BTU/hr Conformance Regulatory Approvals CSA, FCC Part 15 Class A, UL 1778 Standard Warranty 2 years repair or replace, optional on-site warranties available, optional extended warranties available TAA-compliant, 456, EA; LI 008, APC UPS Expander; Part number AP9607, 59, EA; LI 009, APC Basic Signal Cable; part number 940-0020, 103, EA; LI 010, eScore Vendor Configuration Worksheet is required for the following items: Line item 1 - Cisco Catalyst 2960 48-port Switch Line item 2 - Cisco Catalyst 2960 24-port Switch Line item 3 - Cisco Catalyst 3560G 48-port Switch Line item 5 - APC UPS 2200 (auto sensing) Line item 6 - APC UPS 2200 (110v only) Line item 7 - APC UPS 700- Line Item Comments: At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. The E-Score Master may be obtained by calling Dawn Cavallo at (703-970-2117). Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred., 1, EA; LI 011, Unit RFID Tag & Human Readable Asset Tag; see below specs: UNIT RFID & ASSET TAGGING: Each piece of equipment must have an RFID tag RFID tag not to exceed 1.5-inch by 1.5-inch. RFID tags must meet current DoD standards as stated in Department of Defense Suppliers Passive RFID Information Guide. For more information see DoD link http://www.acq.osd.mil/log/rfid/DoD_Suppliers_Passive_RFID_Information_Guide_v9.pdf A second, human readable tag must contain the following information: o Vendor Name o 800-phone Number o Vendor Website o Model Number o Serial Number o Warranty Expiration Date o Requisition Number o Bar Coded Requisition Number o Statement to read: Repair, Return, and/or Disposal information is available at the Office of LAN/WAN Services intranet site: lws.irm.state.gov, 515, EA; LI 012, Pallet RFID Tags; specs attached PALLET RFID TAG Each pallet must contain a Master Tag The Master Tag will identify each piece of equipment listed on the pallet Master tag must meet DoD standard, 1, Lot; LI 013, Freight, 1, Lot; 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, 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 Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. 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. Contactor will provide a mechanism (i.e., coupon number and a point of contact), that will facilitate additional one-off orders made directly from Department of State (DoS) offices for the same equipment and at the same price for a 180 day period beyond initial award date. Configuration must be deliverable through 2008 calendar year Vendor must deliver 1% shippable within 72 hours, upon request, at no additional cost to the Department of State. The additional orders must comply with the technical specifications defined in this award.. The potential maximum number of additional orders shall not exceed 50% of the initial procurement. All warranty, delivery schedule, storage, marking, labeling, palletization, shipping, and e-Score requirements shall still apply Delivery to specified by the DoS Entity. Contractor shall provide GITM with a report after 90 days (10 working days to deliver) post award and again after the 180 day time period (10 working days to deliver). The reports shall detail all equipment purchased and include the following: Office or DoS entity, date of procurement, destination, and quantity. Weight is a consideration for all items due to government shipping related costs. Shipping hours are 7:00 AM 3:00 PM, Monday thru Wednesday Driver must call Dan Gardner (703-929-9674) for Dock Appointment prior to deliver y of shipment. Shipments without Dock appointments may be refused at the door. Purchase Order number (1019-number) must be clearly written on each box. A packing slip must be included with each shipment. Packing slips must be marked with the Purchase Order Number Packing slips/Bill of Lading must contain pallet and box count. Shipping Address: o U.S. Department of State o c/o ManTech o 8020 Grainger Ct., Springfield, VA 22153 Pallet height not to exceed 60-inches. Wrapped pallet dimensions: 40x48x60 All pallets must be marked with the purchase order number (1019-number) Pallets must be wood, with standard 3-stringer construction, with 4-way ent ry. Pallet size should be 40" X 48" with 48" being the stringer length. Purchase Order Number must be clearly printed on all boxes PMA Lab Configuration Control Number (if applicable) must be clearly printed on all boxes Part number with barcode must be clearly printed on container. Serial number with barcode must be clear printed on container (if applicable). If equipment is modified, a new Part Number must be assigned and bar-coded on the container. If equipment is modified, the original Part Number and barcode should not be covered on the container. If a new Serial Number is assigned, it must be bar-coded on the container. The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. Items received must adhere to the configuration as submitted and approved by the PMA Lab. PMA Lab configuration control numbers for approved configurations will be assigned. Vendors must deliver to the locked configuration as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Department of State and comments will be noted to Vendor Performance. Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. Manufacturer warranty for parts and labor on all components. Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 72 hours. Repaired units must be received within 30 days. 120-Day Lead-time for retuning a defective item from post. If award is made to a value add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. Vendor will provide a written escalation process upon award to include the following information: Sales Contacts: both Field and inside Sales Management Contacts Customer Support Reps and their Management to include: Customer Service Representative Warranty Liaison Representative Integration Representative Please provide name, phone, email and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. Brand Name Justification attached on www.fedbid.com. For all items identified with APC brand/manufacturer, and/or APC part number: 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 APC authorized channels for new equipment Federal sales. D) Full APC warranties will be provided and none of these products will have a negative impact on the warranties of associated system components.
 
Web Link
www.fedbid.com (b-62636_03, n-10747)
(http://www.fedbid.com)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01516881-W 20080228/080226223620 (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.