Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
MODIFICATION

70 -- CISCO SWITCHES AND EQUIPMENT

Notice Date
7/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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
HQ002811696604
 
Archive Date
8/30/2011
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment#1: PLEASE NOTE CORRECTION TO PARAGRAPH (2) OF THE DESCRIPTION SHOULD READ "FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable and acceptable past performance." Technical evaluation will be whether quoted items satisfy all requirements for CLINs 0001 and 0009 as described below. THE PART NUMBER FOR EACH CLIN IS AS FOLLOWS: CLIN 0001: WS-C4948-10GE-E CLIN 0002: PWR-C49-300AC/2 CLIN 0003: X2-10GB-SR= CLIN 0004: WS-X6716-10G-3C= CLIN 0005: X2-10GB-SR= CLIN 0006: WS-C2960G-8TC-L CLIN 0007: WS-C3560G-24TS-S CLIN 0008: WS-C3750G-24TS-S CLIN 0009: PWR-RPS2300= COMBINED SYNOPSIS/SOLICITATION (CISCO SWITCHES AND EQUIPMENT) 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 HQ002811696604 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 2005-53, effective 05 June 2011, and DFARS Change Notice 20110629. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUN 2008): (a) Re para (a): NAICS 423430; small business size standard is 100 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable and acceptable past performance." Technical evaluation will be whether quoted items satisfy all requirements for CLINs 0001 and 0002 as described below. (3) QUOTATIONS ARE DUE BY 2:00PM PACIFIC TIME 15 AUGUST 11 IN ORDER TO BE CONSIDERED. Quotations may be emailed to Shevonn.Moore@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your proposal 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) (MAY 2011). (5) In addition to submittal of a quote, the vendor shall certify in (writing or submit proof from Cisco) 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. In addition, the Government will not award a contract to a vendor unless they are authorized distributors for devices that are linked to the Cisco SMARTNet agreement. If the above notification is not submitted as indicated above with submittal of bid, the Government will not request proof or take your bid into consideration. (6)Item description as follows: CLIN 0001: 11EA, SWITCH 7EA ETHERNET 10/100/1000 PORTS; 1EA DUAL-PURPOSE UPLINK PORTS (EACH PORT HAS 1EA 10/100/1000ETHERNET PORT AND 1EA SFP-BASED GB ETHERNET PORT, 1 PORT ACTIVE); 1RU FIXED-CONFIGURATION MULTILAYER SWITCH; ENTRY-LEVEL ENTERPRISE-CLASS INTELLIGENT SERVICES; LAN BASE IMAGE INSTALLED; 32GBPS SWITCHING FABRIC; 11.9MPPS FORWARDING RATE FOR 64-BYTE PACKETS; 64MB DRAM AND 32MB FLASH MEMORY; CONFIGURABLE UP TO: 8,000 MAC ADDRESSES, 255 IGMP GROUPS, MTU 9000 BYTES; LED INDICATORS: PER-PORT STATUS (LINK INTEGRITY, DISABLED, ACTIVITY, SPEED, FULL-DUPLEX), SYSTEM STATUS (SYSTEM, RPS, LINK STATUS, LINK DUPLEX, LINK SPEED); C/W: 1EA POWER CORD, 110V, RIGHT ANGLE (CAB-AC-RA); COMPACT SIZE/NO-FAN; PWR RQMTS: 100-240VAC, 50/60HA, AUTO-RANGING. CLIN 0002: 1EA, SWITCH ETHERNET; 24 PORT; RACK MOUNTABLE(1RU); 10/100/1000MBPS; 4 SFP-BASED GIGABIT ETHERNET PORTS; 12,000 MAC ADDRESS TABLE; VLAN SUPPORT; ADVANCED QOS; GRANULAR RATE LIMITING; BASIC RIP AND STATIC ROUTING (UPGRADEABLE TO FULL DYNAMIC IP ROUTING); PER-PORT STATUS LEDS: LINK INTEGRITY, DISABLED, ACTIVITY, SPEED, FULL-DUPLEX INDICATIONS, POE APPLIED, POE ERROR, AND POE DISABLED INDICATIONS; SYSTEM-STATUS LEDS: SYSTEM, RPS, LINK STATUS, LINK DUPLEX, LINK SPEED, AND POE INDICATIONS; JUMBO FRAMES; PWR RQMNTS: 100VAC TO 240VAC, 50HZ TO 60HZ. CLIN 0003: 3EA, SWITCH ETHERNET; 24 PORT; 4 SFP GIGABIT PORTS; RACK MOUNTABLE(1RU); STACKABLE; MAX UNITS IN A STACK: 9; LAYER 3 SWITCHING; SWITCHING CAPACITY: 32GBPS; JUMBO FRAME SUPPORT; MAC ADDRESS TABLE SIZE: 12K ENTRIES; REMOTE MANAGEMENT PROTOCOL: SNMP 1, RMON 1, RMON 2, RMON 3, RMON 9, TELNET, SNMP 3, SNMP 2C, SSH, CLI; AUTHENTICATION METHOD: KERBEROS, SECURE SHELL (SSH), RADIUS, TACACS+; RAM: 128MB; FLASH MEMORY: 16MB; STANDARD MULTILAYER IMAGE SOFTWARE INSTALLED; SERVICE & SUPPORT: LIMITED LIFETIME WARRANTY; PWR RQMNTS: 120VAC TO 230VAC, 50/60HZ. CLIN 0004: 2EA, POWER SUPPLY REDUNDANT; RACK MOUNTABLE(1RU); SERVICE & SUPPORT: LIMITED LIFETIME WARRANTY; PWR RQMNTS: 120VAC TO 230VAC, 50/60HZ. CLIN 0005: 1EA, MODULE 16-PORT ETHERNET; 10GB; DFC3C; X2 OPTICS; INCLUDES BASE MODULE AND DISTRIBUTED FORWARDING CARD; F/U/W: CISCO CATALYST 6500 SERIES SWITCHES. CLIN 0006: 8EA, TRANSCEIVER MODULE; C/O X2, 10GB EN, 10GBASE-SR, 850NM; SUPPORTS A LINK LENGTH OF 26M ON STANDARD FDDI GRADE MMF; USES 2000MHZKM MMF (OM3) UP TO 300M LINK LENGTHS ARE POSSIBLE. CLIN 0007: 2EA, SWITCH 10GB ETHERNET; 48-PORT 10/100/1000-BASE T W/2 10GB X2 ETHERNET OPTIC UPLINK PORTS; ENHANCED MULTILAYER IMAGE; MANAGED; 136GBPS SWITCHING FABRIC; RACKMOUNT(1RU); 1EA 300W AC POWER SUPPLY; 1EA FAN TRAY; 256MB SDRAM INSTALLED; HOT-SWAPPABLE REDUNDANT POWER SUPPLY CAPABLE; DEDICATED 10/100 CONSOLE AND MANAGEMENT PORTS; PWR RQMTS: 120/230VAC, 50/60HZ. CLIN 0008: 4EA, TRANSCEIVER MODULE; C/O X2, 10GB EN, 10GBASE-SR, 850NM; SUPPORTS A LINK LENGTH OF 26M ON STANDARD FDDI GRADE MMF; USES 2000MHZKM MMF (OM3) UP TO 300M LINK LENGTHS ARE POSSIBLE. CLIN 0009: 2EA, POWER SUPPLY REDUNDANT; 300WATT; HOT-SWAPPABLE; F/U/W: CISCO 4900 SERIES SWITCHES; PWR RQMTS: 120/230VAC, 50/60HZ. The Government will issue an order to the responsible quoter submitting the lowest priced technically acceptable quotation with acceptable past performance. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (JUN 2010) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) 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 2004), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002811696604/listing.html)
 
Place of Performance
Address: DINFOS, 6500 MAPES ROAD, FT. G MEADE, Maryland, 20755-5620, United States
Zip Code: 20755-5620
 
Record
SN02508256-W 20110724/110723012709-4bc62e38997d852f195e4dbe2f60b496 (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.