Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SOLICITATION NOTICE

70 -- Cisco and Software

Notice Date
9/15/2009
 
Notice Type
Presolicitation
 
Contracting Office
1701 N. Ft. Meyer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1036-931018
 
Response Due
9/17/2009
 
Archive Date
3/16/2010
 
Point of Contact
Name: Ashley James, Title: Contract Specialist, Phone: 7038756015, Fax:
 
E-Mail Address
jamesad2@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1036-931018. 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. 160336. NASA SEWP IV Bids 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. 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 2009-09-17 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be CHARLESTON, SC 29405 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Part # - ACE-4710-K9ACE 4700 Series Application Control Engine Appliance, 1, EA; LI 002, Part # - CAB-ACAC Power Cord (North America), C13, NEMA 5-15P, 2.1m, 1, EA; LI 003, Part # - ACE-AP-01-LIC1 Gbps License, 1, EA; LI 004, Part # - ACE-AP-OPT-LIC-K9 Application Acceleration License, 1, EA; LI 005, Part # - ACE-AP-SW-3.2 ACE Appliance SW 3.2, 1, EA; LI 006, Part # - CON-SAU-ACE471K9 SW APP SUPP + UPGR ACE 4700 Series App Control, 1, EA; LI 007, Part # - CON-SAU-ACP01GL SW APP SUPP + UPGR 1 Gbps License, 1, EA; LI 008, Part # - CON-SAU-ACP-OPT SW APP SUPP + UPGR Application Accelera, 1, EA; LI 009, Part # - CON-SNT-ACE4710SMARTNET 8X5XNBD ACE 4700 Series Application Control Eng, 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. 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified by Contracting Officer at time of award. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov **TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. 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. Global Financial Services Center has a requirement for (1) Cisco ACE 4700 Series Application software license. The use of brand name description is essential to the Governments requirements, for Department of State infrastructure requirements, and continuity of current operations, thereby precluding consideration of the products of another brand name. Cisco ACE 4700 hardware and software is key to the optimal performance of the large financial databases housed at GFSC for overseas users, the Regional Financial Management System, and the U.S. AID Joint Financial Management System. GFSC hosts these systems for users located at over 160 Department of State and USAID missions overseas. As the Department of State and USAID accelerated the deployment of these online applications access to regions of the world with communications latency and bandwith constraints, optimizing the performance of these applications became critical to the successful delivery of financial services. Over a year ago, partnering with the bureau of Information Resource Management and our commercial off the shelf application software vendor CGI, the Department of State successfully configured and deployed a Cisco 4700 appliance to accelerate the performance of these applications in these overseas locations. The appliance has supported training and production access to these applications. As this remote user population has grown, the installation of an additional appliance for redundancy and load sharing has become a requirement. To satisfy the requirements, GFSC requires the purchase of the below items (see Line Item Detail). RM/GFS/GS has identified the above Cisco software as mission critical service to GFSC. All routers and switches used in the Center are made and maintained by CISCO. When they are initially purchased an extended service agreement is purchased with that equipment. The extended service agreement upgrades the base service agreement to provide service 24 hours a day, 7 days a week, 365 days a year. To purchase this type of service from a non OEM vendor would be a waste of government dollars as this is an add on to existing service contract vice of new contract. The statutory authority permitting other than full and open competition is 41 U.S.C 253(c)(2), FAR 6.302-2, unusual and compelling urgency. This is a brand name 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 Financial Management Systems, and the respective contingency and performance requirements of those systems. Cisco ACE 4700 software is the copyright protected intellectual property of Cisco. As owners of the source code, Cisco and Cisco alone can provide the required licenses and support required by the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1036-931018/listing.html)
 
Place of Performance
Address: CHARLESTON, SC 29405
Zip Code: 29405
 
Record
SN01955045-W 20090917/090916000906-78875e852ef72f52a0e7c7f0853d298c (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.