Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
MODIFICATION

70 -- A6 CISCO Port FC Switches

Notice Date
3/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-10-T-0004
 
Archive Date
4/16/2010
 
Point of Contact
Karin Walls, Phone: 7572257723, Rebecca A. Little, Phone: 7577644961
 
E-Mail Address
karin.walls@langley.af.mil, rebecca.little@langley.af.mil
(karin.walls@langley.af.mil, rebecca.little@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION 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. This combined synopsis/solicitation is issued as a request for quote (RFQ) and is being issued as 100%, small business set-aside. Request is for BRAND NAME or EQUAL. If providing an or equal item, the quote must state the items are an or equal and the prospective offeror has the responsibility to ensure that any or equal items proposed are bonafide or equals to the items requested and must provide any descriptive literature and/or specifications with their quote by the specified due date for receipt of quotes, to assist in the evaluation of their or equal. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-38, Effective 1 Feb 2010. The government requires the following items, Brand Name or Equal to the following: CISCO MDS 9124 Fabric Switch C-Series Switch with the salient characteristics stated below. All responsible sources offering Brand name or EQUAL equipment to the may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code for this requirement is 334210. 1. Description: Brand name or EQUAL CISCO MDS 9124 Fabric Switch C-Series Switch and related fibre cable, power supplies, licenses and software. This order will be equally divided and delivered FOB Destination to Moody AFB, Georgia and Ellsworth AFB, South Dakota. Shipping should be included in the vendor's quote (all locations in CONUS) 0001 8 MDS-PW8-US 9216 9120 9124 9140 Power Cord US 0002 8 MDS-9124 4GB 8-PORT FC SWITCH 0003 8 MDS-FMS-9100 FABRIC MGR SVR LIC 91xx 0004 2 PS-BAS-4HSME SME CLARiiON SAN 8HOST QS 0005 2 M-PRESW-001 PREMIUM SOFTWARE SUPPORT 0006 8 MDS-9124-4GSW 4GB FC SW OPTIC 0007 8 MDS-9124-8 4GB 8-PORT FC OPTIC KIT 0008 8 MDS-9124-PWR OPTIONAL POWER SUPPLY 0009 48 TCA-N320-20M Tripp Lite 20 meter 62.5/125 Fiber Optic Multimode Patch Cable LC/LC Conn (Orange) 2. Salient Characteristics: Switch characteristics: Must have 24 to 32 fiber channel ports Must provide 4,2,1, Gbps connectivity **Standard 8Gbps supporting 8-, 4- & 2- Gbps connectivity meets requirements Must have all Fiber channel ports licensed and usable Must have all SFP's included Must have all configuration, management, and admin software licenses Must have FABRIC MGR SVR Licenses Must have 36 months of hardware/software warranty Premium Software Support Fiber switches must be compatible and supported to fully integrate into EMC Control Center Optional Power Supply Cable Characteristics: Must be 20 meter 62.5/125 Fiber Optic Multimode Patch Cable LC/LC Connection Orange in color NOTE: All potential bidders must meet all salient characteristics listed in the above descriptions as Brand Name or Equal. NEW Equipment ONLY; No remanufactured or "gray market" items. All items must be coverd by the manufacturer's warranty. 3. Delivery: 30 Days ARO FOB Destination Prices must be submitted based on FOB Destination CONUS (Continental U.S.), which means the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 4. EVALUATION: Award will be made on the basis of the lowest priced proposals meeting or exceeding the salient characteristics listed for Brand Name or EQUAL. Delivery must be in full by the required delivery date. The Government may make multiple awards in order to obtain the best overall value for the Government. The Government reserves the right to award a single award or make multiple awards in order to obtain the overall best value for the Government. 5. Delivery Location(s): As stated above in paragraph 1. 6. The following provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial b. 52.212-2 Evaluation - Commercial Items Evaluation will be based on the following factors: Lowest price meeting brand name or equal technical specifications) c. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions - Commercial Items e. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. f. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) g. 52.247-34 F.O.B. Destination h. 52.252-1 Soliciation Provisions Incorporated by Reference i. 52.252-2 Clauses Incorporated by Reference j. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items k. 252.232-7003 Electronic Submission of Payment Requests l. 252.246-7000 Material Inspection and Receiving Report 7. Commercial Warranty applies: Please state the commercial warranty terms within your quote along with identifying any additional warranty information that is applicable. 8. GSA or Open Market Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule) To have a bid considered for award all vendors must provide manufacturer part number and extended specifications of the exact model being proposed for all line items. NO EXCEPTIONS. Failure to provide this information will result in a "non-responsive" bid and removal from award consideration. Partial shipments are not acceptable. Vendor bids should be valid for at least 30 days from close of this announcement. Sellers must bid exact match to spec (make, model and spec) A) the products offered in this bid are brand new, not gray market and are in original packaging. B) Seller is providing these products via CISCO authorized channels for New equipment Federal sales. C) Full CISCO warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. Quotes will be accepted via email only. Email karin.walls@Langley.af.mil NLT 30 March 2010, 4:00 PM Eastern Standard time. Questions regarding this RFQ can be directed to Contract Specialist, Ms. Karin Walls, Phone: 757-225-7723. Recommend that you call to verify receipt of quotes. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-03-26 13:10:22">Mar 26, 2010 1:10 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-03-29 11:13:22">Mar 29, 2010 11:13 am Track Changes **PLEASE NOTE THAT INSTALLATION OF THESE ITEMS IS NOT REQUIRED. PLEASE provide bids for drop shipment only (to stated delivery locations) FOB Destination included. ADDED: 3/29/10: ITEM 0009, 48 Patch cables, see Item #1 above. In response to questions from interested vendors: The Government requires the 24 to 32 fiber channel switch. Line item 0002 states only that the switches come licensed with 8 ports.Line item 0006 addresses the additional 8 port modules.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-10-T-0004/listing.html)
 
Place of Performance
Address: Items to be delivered to Moody AFB GA and Ellsworth AFB SD, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02105989-W 20100331/100329235541-6c4f9d72ba0cee6d0e98c685a0744f42 (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.