Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
MODIFICATION

58 -- Routers, Switches, etc

Notice Date
7/9/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1 Rock Island Arsenal, Rock Island, IL 61299
 
ZIP Code
61299
 
Solicitation Number
W52P1J-12-Q-CAT2
 
Response Due
7/10/2012
 
Archive Date
1/6/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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.The solicitation number is W52P1J-12-Q-CAT2 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1,000.00 employees.This requirement is unrestricted 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 2012-07-10 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The RI Garrison Contracting CCRC-IG requires the following items, Exact Match Only, to the following: LI 001, Comtech Turbo I-G2-155MB PEP, Comtech Part # CD-TURBOIP-G2 consisting of the following: full rack mounted chassis, 100-240 VAC primary input power, 155 Mbps data range, 160GB standard HDD, Version 5.1.2 software(includes all 4.7X features), AC power cord, and standard 1 year hardware warranty., 1, EA; LI 002, T1 Patch Panel, ADC Part # D1M-1E1016, 1, EA; LI 003, VX900, Chassis, CPCI, CPU, AC, Net Part # VX900AB, 1, EA; LI 004, VX, SECURE Voice Module, PCI, 4 T1/E1, Net Part # SIPFTE4B-S for use with CLIN 0003., 1, EA; LI 005, VX, R4.7 SW, BSP, H.323 AND SIP, Net Part # SIPSW-EXT-470 for use with CLIN 0003, 1, EA; LI 006, Port License for SEC AND FNBDT, Up to 25 Calls, Net Part # SIPSUFNBDT for use with CLIN 0003, 1, EA; LI 007, VXVUE, NMS Suite Per Node License, Net Part # SWVUEPNA for Use with CLIN 0003, 1, EA; LI 008, ADVANCE, VX900, Net Part # SVC-VX-ADV-900 for CLIN 0003, 1, EA; LI 009, VX 900,Chassis, CPCI, CPU, AC, Net Part #VX900AB, 1, EA; LI 010, VX, SECURE Voice Module, PCI, 4 T1/E1, Net Part # SIPFTE4B-S for use with CLIN 0009., 1, EA; LI 011, VX, R4.7 SW, BSP, H.323 AND SIP, Net Part # SIPSW-EXT-470 for use with CLIN 0009., 1, EA; LI 012, Port License for SEC AND FNBDT, Up to 25 Calls, Net Part # SIPSUFNBDT for use with CLIN 0009, 1, EA; LI 013, VXVUE, NMS Suite Per Node License, Part # SWVUEPNA for use with CLIN 0009., 1, EA; LI 014, ADVANCED, VX900, Net Part # SVC-VX-ADV-900 for CLIN 0009, 1, EA; LI 015, Cisco 3925 Integrated Services Router w/ SPE100 (3GE, 4EHWIC, 4DSP, 2SM, 256MB CF, 1 GB DRAM, IPB, Cisco Part # CISCO3925/K with: Cisco 3925/3945 Fan Assembly (3900-FANASSY); Cisco Services Performance Engine 100 for Cisco 3925 (C3900-SPE100/K9); Cisco Config Pro Express on Router Flash (ISR-CCP-EXP); 1 GB Memory DDR2 ECC DRAM: Default (MEM-3900-1GB-DEF); 256 MB Compact Flash: Default (MEM-CF-256MB); Cisco 3925/3945 AC power supply(PWR-3900-AC); IP Base License for Cisco 3925/3945 (SL-39-IPB-K9); Power Cord,110V (CAB-AC); and Cisco 3925-3945 IOS Universal (S39UK9-15203T)., 1, EA; LI 016, Cisco 3925/3945 AC power supply (Secondary PS), Cisco Part # PWR-3900-AC/2 for use with CLIN 0015, 1, EA; LI 017, SMARTNET 8x5NBD Cisco 3925 w/SPE100, Part # CON-SNT-3925 for CLIN 0015., 1, EA; LI 018, Cisco 3945 Integrated Services Router w/ SPE100 (3GE, 4EHWIC, 4DSP, 4SM, 256 MB CF, 1 GB DRAM, IPB, Cisco Part # CISCO 3945/K with: Cisco 3925/3945 Fan Assembly (3900-FANASSY); Cisco Services Performance Engine 100 for Cisco 3925 (C3900-SPE100/K9); Cisco Config Pro Express on Router Flash (ISR-CCP-EXP); 1 GB Memory DDR2 ECC DRAM: Default (MEM-3900-1GB-DEF); 256 MB Compact Flash: Default (MEM-CF-256MB); Cisco 3925/3945 AC power supply(PWR-3900-AC); IP Base License for Cisco 3925/3945 (SL-39-IPB-K9); Power Cord,110V (CAB-AC); and Cisco 3925-3945 IOS Universal (S39UK9-15203T)., 1, EA; LI 019, Cisco 3925/3945 AC power supply (Secondary PS), Cisco Part # PWR-3900-AC/2.0 for use with CLIN 0018., 1, EA; LI 020, SMARTNET 8x5NBD Cisco 3945 w/SPE150, Cisco Part # CON-SNT-3945 for CLIN 0018., 1, EA; LI 021, 2-Port Serial WAN Interface Card, Cisco Part HWIC-2T for use with CLIN 0018., 2, EA; LI 022, Catalyst 3750 Stackable 24 Port PoE IP Base, Cisco Part # WS-C3750X-24P-S with: Catalyst 3K-X 715W AC Power Supply (C3KX-PWR-715WAC); Catalyst 3750X Stack Power Cable 30 CM (CAB-SPWR-30CM); Cisco Stackwise 50CM Stacking Cable (CAB-STACK-50CM); AC Power Cord for Catalyst 3K-X (North America) (CAB-3KX-AC); and CAT 3750X IOS Universal with WEB Base Device Manager (S375XVK9T-15001SE)., 1, EA; LI 023, C3750X-24 IP Base to IP Services factory IOS Upgrade, Cisco Part # C3750X-24-IOS S-E for use with CLIN 0022., 1, EA; LI 024, Catalyst 3K-X 1G Network Module option PID, Cisco Part # C3KX-NM-1G for use with CLIN 0022., 1, EA; LI 025, SMARTNET 8X5XNBD Catalyst 3750X PoE IP Base, Cisco Part # CON-SNT-3750X2PS for CLIN 0022., 1, EA; LI 026, Cisco 3945 Integrated Services Router w/ SPE100 (3GE, 4EHWIC, 4DSP, 4SM, 256 MB CF, 1 GB DRAM, IPB, Cisco Part # Cisco3945/K9; with Cisco 3925/3945 Fan Assembly (3900-FANASSY); Cisco Services Performance Engine 100 for Cisco 3925 (C3900-SPE100/K9); Cisco Config Pro Express on Router Flash (ISR-CCP-EXP); 1 GB Memory DDR2 ECC DRAM: Default (MEM-3900-1GB-DEF); 256 MB Compact Flash: Default (MEM-CF-256MB); Cisco 3925/3945 AC power supply(PWR-3900-AC); IP Base License for Cisco 3925/3945 (SL-39-IPB-K9); Power Cord,110V (CAB-AC); and Cisco 3925-3945 IOS Universal (S39UK9-15203T)., 3, EA; LI 027, Cisco 3925/3945 AC power supply (Secondary PS), Cisco Part # WR-3900-AC/2.0 (1 each per router set forth in CLIN 0026)., 3, EA; LI 028, SMARTNET 8x5NBD Cisco 3945 w/SPE150, Cisco Part # CON-SNT-3945 for CLIN 0026 (1 per router set forth in CLIN 0026)., 3, EA; LI 029, Unified Communication License for Cisco 3900 Series, Cisco Part # SL-39-UC-K9. (1 each per router set forth in CLIN 0026), 3, EA; LI 030, 256-channel high density voice and video DSP module, Cisco Part # PVDM3-256 (2 each per router set forth in CLIN 0026), 6, EA; LI 031, 4-Port 3rd Generation Multiflex Trunk Voice/WAN Interface Card-T1/E1, Cisco Part # VWIC3-4MFT-T1/E1 (4 each per router set forth in CLIN 0026)., 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, RI Garrison Contracting CCRC-IG 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. RI Garrison Contracting CCRC-IG 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. CHESS contract vehicle (ITES-2H) is not being used as this action is for and being funded by AIR FORCE. 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. The selected Offeror must comply with the commercial item terms and conditions listed in Attachment 1 and in Attachment 2 - Addendum to FAR Clause 52.212.-4. The selected offeror must complete all required certifications and respresntations and complete any clauses/provisions that require fill-in by the offeror. DODAAC: W56QUW Tobyhanna Army Depot PM DCATS Field Support Warehouse 7, Bay 4 Squire St. & 2nd St. Tobyhanna, PA 18466 ATTN: Marc Renna Comm: 570-615-9031/7755 New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty and be elgible for maintenance after expiration of the warranty by the manufacturer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ded21002632a78532dc242d4f31c8ba3)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02797472-W 20120711/120709235306-ded21002632a78532dc242d4f31c8ba3 (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.