SOLICITATION NOTICE
70 -- Cisco Hardware
- Notice Date
- 4/16/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 North Fort Myer Dr, Rosslyn, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 1045847744_01
- Response Due
- 4/18/2008
- Point of Contact
- Harry E. Lundy,, Phone: 7038756014
- E-Mail Address
-
lundyhe@state.gov
- Small Business Set-Aside
- Total Small Business
- 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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1045847744_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-04-18 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Cisco 2851 SEC BDL - P/N: Cisco2851-HSEC/K9, 1, EA; LI 002, Cisco 2851 256MB DIMM DDR DRAM - P/N: MEM2851-256D, 1, EA; LI 003, Cisco Maximum Compact and USB Flash - P/N: MAX-28/38-FLASH-BN, 1, EA; LI 004, 2PT 2ND GEN Multifl Trunk Voice WAN INT Card T1/E1 - P/N: VWIC2-2MFT-T1/E1, 1, EA; LI 005, SMARTNET 8X5XNBD Cisco2851-HSEC/K9 - P/N: CON-SNT-C2851HSE, 1, EA; LI 006, FI-5220C ADF Flatbed 30PPM SCSI USB2.0 VRS PRO - P/N: PA03484-B505, 3, EA; LI 007, 16PT Dual U PS2 USB KVM SWCH W OSD INCLVM - P/N: AV2030-001, 2, EA; LI 008, 1U 17IN LCD Rack Tray W/8PT KVM SWCH And CBLS - P/N: LCD17SWT8-001, 2, EA; LI 009, SMARTUPS 2200VA RM USB 120V 2U Lineint UPS - P/N: SUA2200RM2U, 5, EA; LI 010, SMARTUPS XL 3000VA RM 3U 120V LINEINT BLK - P/N: SUA3000RMXL3U, 5, EA; LI 011, Catalyst 3560G 48PT 10/100/1000T 4 SFP EMI - P/N: WS-C3560G-48TS-E, 1, EA; LI 012, Cisco Catalyst 2960 7 10 1001000 1 TSFP LAN Base - P/N: WS-C2960G-8TC-L, 1, 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 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. 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 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 offerors require additional clarification, notify the point of contact or 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. 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.) so that they are received no later than the closing date and time for this solicitation. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. New equipment ONLY, NO remanufactured products FOB DESTINATION CONUS *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. *Vendors must deliver to the configuration as tested and approved. *Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. *Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. Should Sellers require contact with a DOS Representative, please contact Harry Lundy at LundyHE@State.gov or 703-875-6014. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. 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. 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. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the CA/CST. This Justification and Approval (J&A) on a brand name only basis is for the purchase of a Cisco 2960 Switch, Cisco 2851 Router, Cisco Catalyst 3560G, and Cisco GBIC modules, which will form a switch and router solution for IV&V. The use of a brand name description is essential to the Governments requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. The Cisco Catalyst 2960 24 port switch is a fixed-configuration switch that provides wire-speed Fast Ethernet and Gigabit Ethernet connectivity for small and medium-sized networks. The switch provides 24 10/100-Mbps ports for edge connectivity, enhanced security, high availability, and advanced quality of service. The Bureaus Systems Engineering Task Team was tasked with evaluating the Cisco Catalyst 2960 24 port switch. Systems Engineering determined that the product fulfilled the following requirements: The switch must provide wire speeds of 10/100 GB. The switch must provide reliable connectivity between the eDV Web servers and database servers. The switch must be able to provide port density for the domain controllers and monitoring servers. As this is a brand name only justification, no one contractors 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 Departments requirements as a key component of the Departments networking system The current CISCO switches and router has not previously had any problems; however, the aging switches have been in service for about 6-7 years now and have not been replaced. Hardware may start failing soon and it is in CAs best interest to be ready to replace the Cisco switches with new switches right away. It could take days to replace a CISCO component, which could potentially mean unnecessary downtime. The main reason for the equipment; however, is to expand the network. With the amount of systems that CA has, CA is rapidly running out of ports on the network and is preparing for future needs. Cisco Systems is a leading network appliance manufacturer and has a proven industry record for robustness, reliability, and functionality. Cisco appliances have been implemented in private and government sectors, including DOD and intelligence agencies. Cisco Systems has comprehensive and rigid testing criteria for their certified engineers. They have continually increased the number of qualified engineers who support their products worldwide. The Cisco Catalyst 2960 24 port switch has been, and continues to be, a key component in many network architecture implementations and deployments. This is due to the success of the Cisco Catalyst 2960 24 port switch in providing network performance, reliability, expandability, functionality, connectivity, and security, as well as minimizing the vulnerability of network systems in Internet, intranet, and extranet solutions. The Cisco equipment was selected for this purpose because results obtained by the Bureaus Systems Engineering Task Team in tests and reviews of other manufacturers servers indicated that it most closely met the Department of States throughput, processing and redundancy requirements. It has been approved by the Bureau of Consular Affairs Configuration Control Board and has been added to the Consular HW Baseline. The requirement will be competed as the IT community responds to price requests on FedBid.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3739d541c053c8518a2e8ea92e486d0a&tab=core&_cview=1)
- Place of Performance
- Address: Washington, DC 20520
- Zip Code: 20520
- Zip Code: 20520
- Record
- SN01555504-W 20080418/080416220836-3739d541c053c8518a2e8ea92e486d0a (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 |