Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOLICITATION NOTICE

70 -- Equipment for upgrade to base LAN to 10GB backbone

Notice Date
4/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
177 FW/MSC, 400 Langley Road, Egg Harbor Township, NJ 08234-9500
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN12BACKBONE
 
Response Due
4/26/2012
 
Archive Date
6/25/2012
 
Point of Contact
Jo Ann Ferguson, 609-761-6096
 
E-Mail Address
177 FW/MSC
(joann.ferguson@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The 177 Fighter Wing will award a firm fixed price contract for the purchase of equipment to upgrade the base LAN System to a 10GB backbone. All equipment must be compatible with existing Nortel equipment and must be TAA compliant. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1000 employees. This requirement is a Small Business set-aside and only a qualified vendor may submit a quote. Vendor must be an approved distributor of Nortel/Avaya. Vendor must provide proof of authorization to distribute the named item or proof of partnership with Nortel/Avaya. Vendor must be registered in the Central Contractor Registration (CCR) database before an award can be made. If not registered, vendors must do so via the CCR website: http://www.ccr.gov. Award will be made based on best offer to Government. Quotes are due NLT 1000 hours on 26 April 2012. The vendor selected 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 219-6: Notice of Total Small Business Set- Aside, 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: Please submit by email to 177FW.BCO@ang.af.mil The following equipment is required: Qty: 4 Part # DS1404097-E6GS Federal TAA. 8612XLRS 12-port 10GBase-X XFP Routing Switch Module baseboard (XFPs purchased separately) The 8612XLRS requires the use of the 8692SF. Qty: 24 Part # AA1403001-E5: 1-port lOGBase-LR/lW XFP. LAN/WAN functionality based on port configuration/capability. Supports single-mode fiber for interconnects up to 10km. Qty 8: Part # DS1411017-EG: 8010CMHS FAN TRAY. Required for use with ERS8600 "-RS" modules in 8010 chassis. Qty: 6 Part # DS1405012-ES: 8005AC 100-240 VAC 1140W/1462W Power Supply. At least one power supply required per 8006, 8010 or 8010co chassis. lower output at 110VAC. Cannot mix with 8004 series supplies. Power cord ordered separately-use AA00200xx series cords. Qty:4 Part # DS1405018-E6: Dual input 8005 AC 100-240 VAC 1140W/1462W Power Supply. At least one power supply required per 8006,8010 or 8010co chassis. lower output at 110VAC. Cannot mix with 8004 series supplies. Power cord ordered separately-use AA00200xx series cords. Qty: 8 Part #AL1001E07-E5GS: Federal TAA. Ethernet Routing Switch 5530-24TFD Stackable Switch (24 10/100/1000BaseT ports,12 shared SFP ports, 2 XFP 10 Gig ports & 1.5ft Stacking Cable. Includes Base S/W Lie Kit (See Note 1). (EUED RoHS 5/6 compliant). Includes Nth American power Qty: 2 Part # DS1404066-E5GS: 8692SF Switch Fabric/CPU to enable redundant terabit core configurations with factory-installed Enterprise Enhanced CPU Daughtercard. DS1404065 with a pre-installed DS1411025. Qty 50: Part # AA1419049-E6: 1-port 1000BASE-LX Small Form Factor Pluggable (SFP) Gigabit Ethernet Transceiver, connector type: LC. Digital Diagnostic Monitoring Interface. Qty: 5 Part # AL1001E05-ESGS: Federal TAA. Ethernet Routing Switch 5520-48T-PWR with 48 10/100/1000 IEEE 802.3af Power over Ethernet ports plus 4 SFP ports & 1.Sft Stacking Cable. Includes Base S/W Lie Kit (See Note 1).(EUED RoHS 5/6 compliant) Includes North American power cord Qty: 5 Part: AL1001E06-E5GS: Federal TAA. Ethernet Routing Switch 5520-24T-PWR with 24 10/100/1000 IEEE 802.3af Power over Ethernet ports plus 4 SFP ports & 1.5ft Stacking Cable. Includes Base S/W Lie Kit (See Note 1). (EUED RoHS 5/6 compliant). Includes North American power cord
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN12BACKBONE/listing.html)
 
Place of Performance
Address: 177 FW/MSC 400 Langley Road, Egg Harbor Township NJ
Zip Code: 08234-9500
 
Record
SN02727115-W 20120421/120420001050-a5aa383d5823dfc466d4abc3063a7e42 (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.