Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOLICITATION NOTICE

70 -- Network Switches - PLEASE READ RFQ CAREFULLY

Notice Date
3/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-09-Q-0046
 
Archive Date
4/11/2009
 
Point of Contact
Charles Cunningham, , Gregory Carter,
 
E-Mail Address
charles.cunningham@nara.gov, greg.carter@nara.gov
 
Small Business Set-Aside
N/A
 
Description
Please read and adhere to the posted Salient_Characteristics. Please read and adhere to the specification of the RFQ. This is a combined synopsis/solicitation issued for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR Part 13 Simplified Acquisition Methods, as supplemented with additional information included in this notice and in accordance with FAR11.104 use of “brand name or equal” purchase descriptions. This announcement constitutes the only solicitation; a “Brand Name or Equal” firm fixed price quotation is requested and a written solicitation will not be issued. The solicitation number is NAMA-09-Q-0046 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 effective February 17, 2009. This is a Full and Open solicitation under NAICS 334119 with a size standard of 1,000 employees. The Government reserves the right to issue an order based on initial quotations without discussions. Evaluation and order issuance will be in accordance with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. An order will be issued to the vendor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this order will be evaluated based on a lowest price technically acceptable evaluation. BACKGROUND: The National Archives and Records Administration, has the requirement to maintain a Network that is up to date and complies with the NARA Enterprise Architecture’s Technology Standards Profile and Data Center standards. The infrastructure hardware being procured integrates into the existing NARA’s infrastructure seamlessly to provide cohesive and unified monitoring, configuration management and security controls from College Park, MD. We are now focusing on A1 and A2 to replace existing Network Switches to the same standard as the field sites. Also, NH has a requirement to perform a technology refresh of some of the ADRRES/IRC IT system support components with IT hardware that is identical to the components currently utilized in the current production environment. The current ADRRES/URTS switches are Cisco. The infrastructure hardware being procured must integrate into the existing NARA’s NARANET standard infrastructure seamlessly to provide cohesive and unified monitoring, configuration management and security controls from College Park, MD. REQUIREMENTS: This is a “Brand Name or Equal”, firm-fixed price RFQ and all delivery costs must be included in the total firm-fixed price quote. NARA requires that all products be purchased from “Original Equipment Manufacturer (OEM) Authorized/Certified Vendor’s Only”. All Vendors submitting quotes shall provide proof of authorization and equipment support from the OEM with quote. NARA also requires that all OEM products delivered pursuant to any resulting order are certified new, non-refurbished, and authentic. It is the Contractor's responsibility to ensure that NARA is not provided counterfeit products. In the event that such IT products are determined to be counterfeit, NARA will seek all available legal remedies including criminal prosecution. Counterfeit information technology product means any item of information technology (IT), including hardware and software that is an unauthorized copy, replica, or substitute. The Vendor must confirm in their quote that all products quoted meet the Energy Star® or Federal Energy Management Program (FEMP) energy use requirements. All items quoted must be IPv6 compliant. This request has a Section 508 “back office” exception based on 1194.3(f) and is not required to be compliant with Section 508. Supplies furnished under this request for quotation are of domestic origin unless otherwise indicated by Quoter. FOB destination pricing is requested. This is a request for quote and quotations furnished are not offers. This request does not commit the Government to pay any cost incurred in the preparations of the submission of this quotation or to contract for supplies or services. Any representations and/or certifications attached to this request for quotation must be completed by the quoter. CLINS: See attached Salient_Characteristics. 0001 – WS-C4506-E; Catalyst 4500 E-Series Chassis (6-Slot), fan, no p/s; 40 Ea. 0002 – PWR-C45-4200ACV; Cisco Catalyst 4500 4200W AC dual input Power Supply (Data + PoE); 40 Ea. 0003 – PWR-C45-4200ACV-2; Cisco Catalyst 4500 4200W AC dual input Power Supply (Data + PoE); 40 Ea. 0004 – WS-X45-Sup 6-E; Cisco 4500 Supervisor Engine 6-E: Secure, Flexible, Nonstop Communication; 40 Ea. 0005 – S4KL2K9-12225EWA; Cisco IOS Software basic Layer 3 image, for Cisco Catalyst 4000 and Catalyst 4500 Series Supervisor Engine II-Plus, III, and IV; Triple Data Encryption Standard (3DES); RIP, static routes, IPX, AppleTalk; 40 Ea. 0006 – MEM-C4K-FLD128M; Cat 4500 IOS-based Supervisor, Compact Flash, 128MB Spare; 40 Ea. 0007 – WS-X4548-GB-RJ45V; Catalyst 4500 PoE 802.3af 10/100/1000, 48-Port (RJ45); 56 Ea. 0008 – CAB-US515P-C19-US, NEMA 5-15 to IEC-C19 9.8ft US Cisco power cable; 160 Ea. 0009 – GLC-SX-MM; Cisco 1000BASE-SX SFP transceiver module, LC Connector SX Transceiver; 80 Ea. 0010 – GLC-T 1000 Base-T SFP; Cisco GE SFP RJ-45 Connector; 32 Ea. 0011 – WS-SVC-FWM-1-K9; Firewall blade for 6500 and 7600, VFW License Separate; 2 Ea. 0012 – SC-SVC-FWM-3.2-K9; Firewall Service Module 3.2 for 6500 and 7600, 2 free VFWs; 2 Ea. 0013 – RM091; 19” Horizontal/Vertical Cable Manager. (Fits 19” racks and occupies 2 rack units (2U); 12 Ea. 0014 – WS-C3750-24FS-S; Cisco Catalyst Switch, 100BaseFX + 2 SFP Standard Multilayer Images; 14 Ea. 0015 – CAB-STACK-50CM; Cisco Stack Wise 50CM, Stacking Cables; 14 Ea. 0016 – CAB-AC; Cisco 110v Power Cord; 14 Ea. 0017 – GLC-SX-MN9891-1072; GE SFP, LC Connector SX Transceiver; 14 Ea. 0018 – CON-SNT-WSC37524; SMARTNET 8X5XNBD, Catalyst 3750 24 100, Service; 14 Ea. DELIVERY: Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following location: NARA - AII; 3301 METZEROTT RD, COLLEGE PARK, MARYLAND 20740-6001 no later than 30 calendar days after award of order. The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price purchase order: FAR 52.212-1 Instructions to Offerors—Commercial Item(Jun 08); FAR 52.212-3 Offeror Representations and Certifications—Commercial Items (Feb 09)--offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4 Contract Terms and Conditions—Commercial Items (Oct 08); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Feb 2009). The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I (Sep 06); 52.222-3 Convict Labor (Jun 03); 52.222-19 Child Labor – Cooperation with Authorities and Remedies (Feb 08); 52.222-21 Prohibition of Segregated Facilities (Feb 99); 52.222-26 Equal Opportunity (Mar 07); 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fee (Dec 04); 52.222-50 Combating Trafficking in Persons (Feb 09); 52.225-5 Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); 52.225-6 Trade Agreements Certificate (Jan 2005) a copy of this certificate is attached bellow; 52.225-13 Restriction on Certain Foreign Purchases (Jun 08); 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02); 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 03); 52.232-36 Payment by Third Party (May 99); 52.233-3 Protest After Award (Aug 96); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04); and 52.239-1 Privacy or Security Safeguards (Aug 96). Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Charles Cunningham, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: charles.cunningham@nara.gov. Quotations should be received by 3:00 PM EDT on March 27, 2009. Questions regarding this solicitation must be submitted in writing to Mr. Charles Cunningham no later than 12:00 PM EDT on March 23, 2009 to be considered. Please allow one extra business day for delivery and receipt if quotation is sent via e-mail, as the e-mail will need to pass through IT security. Telephonic responses will not be processed. Trade Agreements Certificate (Jan 2005) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements.” (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products Line Item No. Country of Origin: [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1d8ab99e572c5ea9d56b290b604c49e8&tab=core&_cview=1)
 
Place of Performance
Address: 8601 Adelphi Rd, College Park, Maryland, 20740-6001, United States
Zip Code: 20740-6001
 
Record
SN01771065-W 20090319/090317220323-1d8ab99e572c5ea9d56b290b604c49e8 (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.