Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2011 FBO #3414
SOLICITATION NOTICE

59 -- Switches

Notice Date
3/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 238 California Ave, Fort Hunter Liggett, CA 93928
 
ZIP Code
93928
 
Solicitation Number
W9124N-11-R-0031
 
Response Due
4/1/2011
 
Archive Date
9/28/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9124N-11-R-0031 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-50. The associated North American Industrial Classification System (NAICS) code for this procurement is 443120 with a small business size standard of $9.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-04-01 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hunter Ligget, CA 93928 The USA ACC ARCC WEST requires the following items, Exact Match Only, to the following: LI 001, Brocade FCX648S-HPOE 48 Port Gigabit POE+ Switch48 port 10/100/1000 Mbps PoE+ ports (30 watts per port) with two full duplex 16 Gbps stacking ports for 64 Gbps of stacking bandwidth and Advanced Layer 2 switching and Enterprise Layer 3 features including OSPF, RIP, VRRP, and PIM. Expandable up to 384 ports through vertical or horizontal stacking up to eight switches.High-availability stacking with hitless failover and hot insertion/removal of stacked units. Modular design for internal redundant hot-swappable power supplies and fans. Hardware-based sFlow traffic monitoring. Support for IEEE 802.1AB Link Layer Discovery Protocol (LLDP) and ANSI TIA 1057 Link Layer Discovery Protocol-Media Endpoint Discovery (LLDP-MED) (VoIP Phones Compatibility). UniDirectional Link Detection Capable. Advanced L3 software upgrade key support for BGP. Energy efficiency at 1.67 watts/Gbps using two power supplies. MUST BE ON DISA APPROVED PRODUCTS LIST.Lifetime Warranty covering product hardware, including internal power supplies and fans as well as software defect repairs., 10, EA; LI 002, 5 Year Remote Support for 48 Port Switch listed in CLIN 0001 of this contract., 1, EA; LI 003, Brocade FCX624S-HPOE 24 port 10/100/1000 Mbps PoE+ ports (30 watts per port) with two full duplex 16 Gbps stacking ports for 64 Gbps of stacking bandwidth and Advanced Layer 2 switching and Enterprise Layer 3 features including OSPF, RIP, VRRP, and PIM.Expandable up to 192 ports through vertical or horizontal stacking up to eight switches. High-availability stacking with hitless failover and hot insertion/removal of stacked units. Modular design for internal redundant hot-swappable power supplies and fans. Hardware-based sFlow traffic monitoring. Support for IEEE 802.1AB Link Layer Discovery Protocol (LLDP) and ANSI TIA 1057 Link Layer Discovery Protocol-Media Endpoint Discovery (LLDP-MED) (VoIP Phones Compatibility). UniDirectional Link Detection Capable. Advanced L3 software upgrade key support for BGP. Energy efficiency at 1.41 watts/Gbps using two power supplies.MUST BE ON DISA APPROVED PRODUCTS LIST.Lifetime Warranty covering product hardware, including internal power supplies and fans as well as software defect repairs., 50, EA; LI 004, 5 years of unlimited updates and IOS upgrades for swithc listed in CLIN 0003, 1, EA; LI 005, 1000Base-LX SFP optic, SMF, LC connector, Optical Monitoring Capable. Brocade E1MG-LX-OM to work with switches in CLIN 0001 and 0003., 15, EA; LI 006, 10GbE 1310nm serial pluggable XFP optic (LC) for up to 10km over SMF Brocade 10G-XFP-LR to work with switches in CLIN 0001 and 0003., 5, EA; LI 007, Module into switch for 10GbE SFP+. Brocade FCX-2XG to work with switches in CLIN 0001 and 0003., 5, EA; LI 008, Redundant PoE Power Supply. Brocade FCX-2XG to work with switches in CLIN 0001 and 0003., 12, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC ARCC WEST 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC ARCC WEST is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. The associated North American Industrial Classification System (NAICS) code for this procurement is _443120_. In order to be eligible for award, vendors must have the correct NAICS code listed on their active CCR profile. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that 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. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/326f361fdeecc9853419d38bafaa0827)
 
Place of Performance
Address: Fort Hunter Ligget, CA 93928
Zip Code: 93928
 
Record
SN02411387-W 20110331/110329234144-326f361fdeecc9853419d38bafaa0827 (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.