Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2008 FBO #2471
SOLICITATION NOTICE

D -- Cisco Hardware & Software

Notice Date
8/30/2008
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-08-T-6165
 
Response Due
9/8/2008 4:00:00 PM
 
Archive Date
9/9/2008
 
Point of Contact
Shamika Bailey, Phone: 7195568763
 
E-Mail Address
shamika.bailey@peterson.af.mil
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-08-T-6165, is being issued as a Request for Quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. (iv) This procurement is full and open competition. The NAICS code is 334119 and the size standard is 1,000 employees (vi) The following commercial item is requested in this solicitation: CISCO network equipment (brand name or equal). Vendor shall certify that it is a Manufacturer Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with all applicable laws and policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. Please see attached excel spreadsheet of salient characteristics. (vii) Items will be delivered to Peterson AFB, CO. (viii) IAW Memorandum for Chief Acquisition Officer, Chief Information Officers, Senior Procurement Executives entitled "Use of Brand Name Specifications" dated April 11, 2005 the Brand Name Letter will be published with the solicitation through the Government Point of Entry. Description of Acquisition: This request is for the purchase of brand name items of network equipment, to include servers, switches, routers, firewalls, software, and associated peripherals for the NORAD and USNORTHCOM Internet Protocol version 6 (IPv6) Test and Integration Lab (TIL). This request is authorized under FAR 13.5. Statutory authority: FAR 6.302-1(c), Brand Name. Description of Requirement: NORAD and USNORTHCOM requires a standardization of all IPv6 TIL network assets, to include all hardware and software, which includes all CISCO Blades, CISCO Switches, HPCompaq Servers, printers and secure and non-secure workstations. The TIL is being established to provide a test bed for testing new software/hardware, applications, security configurations and network upgrades-to include Internet protocol version 6 testing. The equipment being purchased must be the brand names specified, as it is essential to have an identical mirror of the existing production NIPRNet and SIPRNet. If the IPv6 addition to the TIL does not match the NIPRNet and SIPRNet, the testing results are invalidated in reference to our production network. This is essential for our hardware/software configuration baseline and for Network Administration purposes. The testing needs to be accomplished on an identical network so that any problems or issues that are discovered can be corrected before moving the item or software being tested into the production network. Efforts to Obtain Competition: Other than brand name acquisition will be exercised when the technical refresh process takes place, which is currently on a 3 year cycle. Because this requirement is an addition to the existing requirement, hardware and software must match the existing equipment. Market Survey : A market survey has been conducted, resulting in several authorized vendors that can provide these products. (ix) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (x) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Lowest Price Technically Acceptable will be the criteria used to evaluate quotations. (xi) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (June 2008), is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xii) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007), applies to the acquisition.. (xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Jun 2008), applies to this acquisition. a) FAR 52.222-26, Equal Opportunity (Mar 2007) b) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sept 2006) c) FAR 52.222-36, Affirmative Action for Handicapped Workers (June 1998) d) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sept 2006) e) FAR 52.224-1, Privacy Act Notification (Apr 1984) f) FAR 52.224-2, Privacy Act (Apr 1984) g) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) h) FAR 52.222-3, Convict Labor (June 2003) i) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) j) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Nov 2006) k) FAR 52.203-3, Gratuities (Apr 1984) l) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) m) FAR 52.219-8, Utilization of Small Business Concerns (May 2004) n) FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Jul 2005) o) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2004) p) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Dec 2004) q) FAR 52.222-50, Combating Trafficking in Persons (May 1989) r) FAR 52.225-1, Buy American Act-Supplies (June 2003) s) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) (xiv) The clause at DFARS 252.204-7004, Required Central Contractor Registration (Sep 2007). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008); Ombudsman (AFFARS clause 5352.201-9101 as prescribed 5301.9103) (Aug 2005). (xv) Quote Submission should include price information and any information supporting the capability of "or equal" items. The attached spreadsheet "Salient Characteristics" must be used to provide line item pricing. Verification as a proper Manufacturer Authorized Channel Partner outlined in paragraph vi shall be provided as an attachment to the quote. (xvi) All quotes must be sent to Shamika Bailey by e-mail to shamika.bailey@peterson.af.mil. Quotes are required to be received no later than 4:00 pm, MST, 8 September 2008. Quotes shall be labeled FA2517-08-T-616: "Ipv6 Network".
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef00cddc3d54506a43abcce761eec8fc&tab=core&_cview=1)
 
Record
SN01656291-W 20080901/080830213604-ef00cddc3d54506a43abcce761eec8fc (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.