Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2013 FBO #4135
SOLICITATION NOTICE

70 -- CISCO applicances & licensing

Notice Date
3/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
333 SW First Avenue, Portland, OR 97124
 
ZIP Code
97124
 
Solicitation Number
L13PS00291_01
 
Response Due
3/29/2013
 
Archive Date
9/25/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
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, as supplemented with additional information included in this notice.The solicitation number is L13PS00291_01 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 2005-65. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees.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 2013-03-29 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Portland, OR 97230 The DOI BLM Oregon Region requires the following items, Exact Match Only, to the following: LI 001: Part No CUCM-USR-LIC, Top Level Sku for User License, 1, EA; LI 002: Part No. CON-ESW-CUCMUSR, Essential SW Top Level Sku for User License, 1, EA; LI 003: Part No. CUCM-UCS-2500-86, Unified Communications Mananger 8.6 Server Software, 2, EA; LI 004: Part No. MIG-CUCM-USR-A, Migration to UC Manager Enhanced - Less than 1K Users, 191, EA; LI 005: Part No. UCSS-U-UCM-A-3-1, UC Manager UCSS - 1 ENH User 3 Year Sub Tier A, 191, EA; LI 006: Part No. CON-ESW-MIGCUC87, Essential SW Migration to UC Manager Enhanced, 1, EA; LI 007: Part No. IME-7845-86-KIT, IME Auto-Expansion Kit, 1, EA; LI 008: Part No. IME-7845-NODE, IME 7845 Node, 1, EA; LI 009: Part No. UCM-M-UCS-UPG-NODE, CUCM CUCM-UCS-2500 Upgrade Node, 2, EA; LI 010: Part No. CUP-SERVER8.6-K9, Cisco Unified Presence Server License, 1, EA; LI 011: Part No. JABBER IM-ADDON, Jabber for Everyone Addition IM Users, 200, EA; LI 012: Part No. IME-7845-86, IME 8.6 Server Software, 1, EA; LI 013: Part No. CUP-86-K9-SW-PAK, CUP 8.6 SW Kit & PAK, 1, EA; LI 014: Part No. JABBER IM-RTU, Jabber for Everyone Right to Use, 1, EA; LI 015: Part No. CCX-85-CMBUNDLE-K9, CCX 8.5 Promo Bundle available only with NEW CUCM or BE6000, 1, EA; LI 016: Part No. CON-ESW-CMBUNDK9, ESSENTIAL SW CCX 8.5 5 Seat CCX ENH CM Bundle, 1, EA; LI 017: Part No. CM86-UCS-2500 UKIT, CUCM Auto Expansion Media Kit, 1, EA; LI 018: Part No. CUCM-PAK, Include PAK Auto-expanding PAK for CUCM, 1, EA; LI 019: Part No. CUCM-USR,Include PAK Auto-expanding User for CUCM, 382, EA; LI 020: Part No. UNITYCN8-VUP-K9, Migration from Unity 4.x or Unity Cxn 1.x to Unity Cxn 8.x, 1, EA; LI 021: Part No. CON-ESW-UCN8VUP9, ESSENTIAL SW Migration U4.x or UCxn1.x to UCxn8.x, 1, EA; LI 022: Part No. UNITYCN8-HA-UPG, Upgrade HA to Unity Connection 8.x, 1, EA; LI 023: Part No. UNITYCN8-HA-PAK, Unity Connection 8.x HA PAK, 1, EA; LI 024: Part No. UNCN8-VUP-USR-WU, Mig Unity 4.x or later/Unity Cxn 1.x to Unity 8.x Users, 194, EA; LI 025: Part No. UCSS-U-MSG-3-1, UCSS for Unity or Unity Conneciton - 1 user 3 Year Sub, 194, EA; LI 026: Part No. CON-ESW-UNCN8VU, Essential SW Mig Unity 4.x or later, 194, EA; LI 027: Part No. CON-SNT-C220M3SF, SMARTNET 8X5XNBD UCS C220 M3 SFF w/o, 2, EA; LI 028: Part No. UCSC-C220-M3S, UCS C220 M3 SFF w/o CPU, mem, HDD, PCIe, PSU, w/rail kit, 2, EA; LI 029: Part No. UCS-CPU-E5-2609, 2.4 GHz E5-2609/80W 4C/10MB Cache/DDR3 1066MHz, 4, EA; LI 030: Part No. UCS-MR-1X162RY-A, 16GB DDR3-1600-MHz RDIMM/PC3-12800/dual rank/1.35v, 8, EA; LI 031: Part No. A03-D500GC3, 500GB 6Gb SATA 7.2K RPM SFF hot plug/drive sled mounted, 16, EA; LI 032: Part No. CAB-9K12A-NA, Power Cord, 125VAC 13A NEMA 5-15 Plug, North America, 4, EA; LI 033: Part No. UCSC-PSU-650W, 650W power supply for C-series rack servers, 4, EA; LI 034: Part No. UCS-RAID-9266, MegaRAID 9266-8i + battery backup for C240 and C220, 2, EA; LI 035: Part No. R2XX-RAID10, Enable RAID 10 Setting, 2, EA; LI 036: Part No. N2XX-ABPC101-M3, Broadcom 5709 Dual Port 1Gb w/TOE iSCI for M3 Servers, 2, EA; LI 037: Part No. UCSC-HS-C220M3, Heat Sink for UCS C220 M3 Rack Server, 4, EA; LI 038: Part No. UCSC-RAIL1, Rail Kit for C220, C22, C24 rack servers, 2, EA; LI 039: Part No. UCSC-SD-16G-C220, 16GB SD Card Module for C220 servers, 2, EA; LI 040: Part No. R-VMW-UC-FND5-K9, Cisco UC Virt Foundation 5.0 (2-Socket, 32 GB, vRAM), 2, EA; LI 041: Part No. UCSS-U-VMW-FND-3-1, UCSS Cisco UC Virt Foundation Three Year - 1 server, 2, EA; LI 042: Part No. CON-ESW-UCFND5, Essential SW Cisco UC Virt. Foundation 5.0 (2 Socket), 2, EA; LI 043: Part No. VMW-UC-FND5-SNS, Cisco UC Virt. Foundation 5.0 SnS, 2, 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, DOI BLM Oregon Region 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. DOI BLM Oregon Region 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. 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. 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 https://www.acquisition.gov/far/. Offeror must be registered in the System for Award Management(SAM) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the SAM website at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L13PS00291_01/listing.html)
 
Place of Performance
Address: Portland, OR 97230
Zip Code: 97230
 
Record
SN03015004-W 20130321/130319235000-9e0fea5cda26a95c320b15f17fe20318 (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.