SOLICITATION NOTICE
70 -- Network Switches - RFQ
- Notice Date
- 8/19/2009
- 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-0107
- Archive Date
- 9/15/2009
- Point of Contact
- Charles Cunningham, Phone: 301-837-3160
- E-Mail Address
-
charles.cunningham@nara.gov
(charles.cunningham@nara.gov)
- Small Business Set-Aside
- N/A
- Description
- Please Read RFQ Completely Before Submitting Quotes Please Read RFQ Completely Before Submitting Quotes 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-0107 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-36 effective August 11, 2009. This is a Full and Open solicitation under NAICS 334119. The Government intends 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. Best value for this order will be evaluated based on a lowest price technically acceptable evaluation. In order to be determined technically acceptable, all quotation submission requirements must be met including the required documentation outlined below. BACKGROUND: The National Archives and Records Administration, has the requirement to maintain NARANET using the Enterprise Architecture’s Technology Standards Profile and Data Center standards. The infrastructure hardware being procured integrates into the existing NARAnet infrastructure seamlessly to provide cohesive and unified monitoring, configuration management and security controls from College Park, MD. REQUIREMENTS: 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”. The Vendor receiving the order shall have provided proof of authorization and equipment support from the OEM and that all OEM products are certified new, non-refurbished, and authentic. This proof must be in the form of a letter signed by an authorized OEM official and must be included as part of the Quotation package. It is the Vendor'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), filed in contract folder, and is not required to be compliant with Section 508. 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 Vendor. CLINS: Brand Name or Equal. The end product for this acquisition is a completely assembled switch and NARA seeks to order 14 total switches. 0001 – Cisco Catalyst 3750 Switch and all associated hardware (see attached Salient Characteristics); 8 Ea. 0002 – Cisco Catalyst 3560 Switch and all associated hardware (see attached Salient Characteristics); 3 Ea 0003 – Cisco Catalyst 2960 Switch and all associated hardware (see attached Salient Characteristics); 1 Ea. 0004 – Cisco Catalyst 4506-E Switch and all associated hardware (see attached Salient Characteristics); 2 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 issuance of the order. Failure to deliver in a timely manner could result in termination. 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 (Aug 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 (Mar 09); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Aug 09). 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 (Sep 06) w/Alternate I (Oct 95); 52.222-3 Convict Labor (Jun 03); 52.222-19 Child Labor – Cooperation with Authorities and Remedies (Aug 2009); 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 2009) (22 U.S.C. 7104(g)); 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 August 31 2009. Questions regarding this solicitation must be submitted in writing to Mr. Charles Cunningham no later than 12:00 PM EDT on August 25, 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. Salient Characteristics CLIN 0001: includes Items 1 and all associated parts. (8 each) 1.Cisco Catalyst, 3750 24 100Base FX + 2SPF Standard Multilayer Image, WS-C3750-24FS-S •Cisco StackWise 50 CM Stacking cable •Power cord 110V •GE SFP, LC connector SX transceiver •SMARTNET 8X5NBD Catalyst 3750 24 100 CLIN 0002: includes Items 1 and all associated parts. (3 each) 1.Cisco Catalyst 3560 48 10/100/1000T, WS-C3560G-48TS-E •Power cord 110V •SMARTNET 8X5XNBD Catalyst 3560 48 100 CLIN 0003: includes Items 1 and all associated parts. (1 each) 1.Cisco Catalyst, 2960 48 10/100-2PT; WS-C2960-48TC-L •Power cord 110V •SMARTNET 8X5NBD Catalyst 2960 48 100 CLIN 0004: includes Items 1 and all associated parts. (2 each) 1.Cisco Catalyst 4506-E chassis/Switch •Power supply 4.2 kW – 2 per switch; PWR-C45-4200ACV •Supervisor Engine 6-E – 1 per switch; WS-X45-SUP6-E •128MB flash memory card – 1 per switch; MEM-C4K-FLD128M •Small Form-factor Pluggable (SFP) 1000 base SX Gigabit Interface Converter – quantity needed: 7 total; GLC-SX-MM •Small Form-factor Pluggable (SFP) 1000 base Tgigabit interface converter (GBIC); 1 per switch: GLC-T •SMARTNET 8X5NBD Catalyst 4506 48 100
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-09-Q-0107/listing.html)
- Place of Performance
- Address: 3301 Metzerott Road, College Park,, Maryland, 20740-6001, United States
- Zip Code: 20740-6001
- Zip Code: 20740-6001
- Record
- SN01918053-W 20090821/090820000833-57e91cbdaa2dfb2ced2a321ce80b9a6a (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 |