Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

59 -- CISCO EQUIPMENT AND SMARTNET - PRICE SCHEDULE

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002801546613
 
Archive Date
7/27/2010
 
Point of Contact
Leila S. Miller, Phone: (951) 413-2402, KAREN NEWLANDER, Phone: 951-413-2303
 
E-Mail Address
leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL
(leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL)
 
Small Business Set-Aside
N/A
 
Description
PRICE SCHEDULE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002801546613 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 effective 13 Apr 2010 and DFARS Change Notice 20100507 effective 7 May 2010. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a)Re para (a): NAICS 334220; small business size standard is 750 employees. (b)Note that Para (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS (i)Quoters may use the attached price schedule for their price quotes or use their own forms as long as the line item numbers correlates with this solicitation CLINs. (ii)PERIOD OF ACCEPTANCE OF QUOTE: Quotes offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of quotes will be considered non-responsive and will be rejected. (2)FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable offer with acceptable past performance.” Technical evaluation will be based on product specifications in compliance with Government specifications as shown below. (3)QUOTE MUST BE RECEIVED NOT LATER THAN 1:00 PM PACIFIC TIME 12 JUL 2010 IN ORDER TO BE CONSIDERED. Quotes may be emailed to Leila.Miller@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (JUN 2009) with Alt 1 (APR 2002) or indication that Reps and Certs are in ORCA. CLIN 0001 QTY: 1 EACH Unit Price: Total Amount: P/N: ASR1002-5G-VPN/K9 +OPT MFR: CISCO SYSTEMS, INC. Description: ROUTER AGGREGATION SERVICES; VPN BUNDLE W/ESP-5G, AESK9, LICENSE, 4GB DRAM; RACK MOUNT(2RU); INTEGRATED ROUTE AND SERIAL INTERFACE PROCESSORS; 3 SHARED PORT ADAPTER SLOTS; INCLUDED OPTIONS: 1EA 1-PORT OC-3C/STM-1 ATM SHARED PORT ADAPTER(SPA-1XOC3-ATM-V2), 1EA OC3/STM1 SFP, SINGLE MODE FIBER, LONG REACH(SFP-OC3-LR1), 2EA CISCO ASR1002 AC POWER SUPPLY (ASR1002-PWR-AC), 2EA POWER CORD, EUROPEAN, RIGHT ANGLE(CAB-ACE-RA), 3EA 1000BASE-T SFP, NEBS 3 ESD(SFP-GE-T), SPA FOR ASR1000(ASR1000-SPA), ASR1K EMBEDDED SERVICES PROCESSOR, 5GBPS,ASR1002 ONLY(ASR1000-ESP5), ENCRYPTION RIGHT TO USE FEATURE LICENSE FOR ASR1000 SERIES (FLASR1-IPSEC-RTU), ASR1000 SERIES RP1 ADVANCED ENTERPRISE SERVICES (SASR1R1-AESK9-26SR); PWR RQMTS: 120/230VAC, 50/60HZ. CLIN 0002 QTY: 3 EACH Unit Price: Total Amount: P/N: CON-SNT-ASR1KESP MFR: CISCO SYSTEMS, INC. Description: CISCO SMARTNET EXTENDED SERVICE AGREEMENT, 8X5, NBD: F/U/W: CISCO ASR1K EMBEDDED SERVICES PROCESSOR, 5G; 1-YR; POC: DAVE HULTEEN, 011-49-621-46085310; LOCATION: OCONUS/GERMANY. CLIN 0003 QTY: 3 EACH Unit Price: Total Amount: P/N: CON-SNT-25GVPNK9 MFR: CISCO SYSTEMS, INC. Description: CISCO SMARTNET EXTENDED SERVICE AGREEMENT, 8X5, NBD; F/U/W: ASR1002 VPN BUNDLE W/ESP-5G, AESK9; 1-YR; POC: DAVE HULTEEN, 011-49-621-46085310; LOCATION: OCONUS/GERMANY. CLIN 0004 QTY: 3 EACH Unit Price: Total Amount: P/N: CON-SNT-ASRIPSEC MFR: CISCO SYSTEMS, INC. Description: CISCO SMARTNET EXTENDED SERVICE AGREEMENT, 8X5, NBD; F/U/W: ENCRYPTION RIGHT TO USE FEATURE LIC; 1-YR; POC: DAVE HULTEEN, 011-49-621-46085310; LOCATION: OCONUS/GERMANY. CLIN 0005 QTY: 3 EACH Unit Price: Total Amount: P/N: CON-SNT-ASR1AESK Description: CISCO SMARTNET EXTENDED SERVICE AGREEMENT, 8X5, NBD; F/U/W: ASR 1000 SERIES RP1; 1-YR; POC: DAVE HULTEEN, 011-49-621-46085310; LOCATION: OCONUS/GERMANY. CLIN 0006 QTY: 3 EACH Unit Price: Total Amount: P/N: CON-SNT-S1XOC3 Description: CISCO SMARTNET EXTENDED SERVICE AGREEMTN, 8X5, NBD; F/U/W: 1 PORT OC3C/STM-1 ATM SPA; 1-YR: POC: DAVE HULTEEN, 011-49-621-46085310; LOCATION: OCONUS/GERMANY. CLIN 0007 QTY: 1 EACH Unit Price: Total Amount: P/N: SFP-OC4-LR1 Description: ADAPTER OC3/STM-1 TRANSCEIVER; PLUGGABLE; LONG REACH (40KM); SINGLE MODE FIBER; 1310NM; LC CONNECTOR. FOB DESTINATION 30 DAYS ARO TO FORT BELVOIR, VA FOR ALL LINE ITEMS ABOVE. The items requested herein are items unique to the manufacturer, and must interface with existing equipment. No substitutions will be accepted. The Government will consider quotes only from “authorized resellers” of equipment manufacturer. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. All items must be quoted FOB Destination. Vendor shall certify that it is a Cisco Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with the applicable Cisco certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all Cisco products submitted in this offer from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current Cisco’s applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software.” GSA or OPEN MARKET prices will be considered. The contractor must bid on ALL items and must be quoted FOB destination. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any quote preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr.gov and follow the instructions. The Government will issue a contract to the responsible offeror, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002801546613/listing.html)
 
Place of Performance
Address: FORT BELVOIR, Virginia, United States
 
Record
SN02185554-W 20100625/100623234657-71f7f3e140cc796c609efd042b27e8aa (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.