Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2014 FBO #4501
SOLICITATION NOTICE

70 -- Miscellaneous computer equipment/services (CISCO, BlueCoat, Apposite: Linktropy, Alcatel-Lucent, APC Smart-UPS,, Patchmate).

Notice Date
3/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Marine Corps Tactical Systems Support Activity, Camp Pendleton, CA 92055
 
ZIP Code
92055
 
Solicitation Number
M6890914Q7635
 
Response Due
3/27/2014
 
Archive Date
9/23/2014
 
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 M6890914Q7635 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 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 quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-03-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be CAMP PENDLETON, CA 92055 The USMC - MCTSSA requires the following items, Exact Match Only, to the following: LI 001: ADC: Patchmate Modular Expansion Base, Chassis Assy MFGR: TE / ADC Model # PMS-614001, 2, EA; LI 002: APC Smart-UPS 1500VA LCD RM 2U 120V Model # SMT1500RM2U, 4, EA; LI 003: Alcatel-Lucent: OS6850E-48: Gigabit Ethernet L3 fixed configuration chassis in a 1U form factor with 44 RJ-45 10/100/1000 BaseT ports, 4 combo ports (10/100/1000 BaseT or 1000 BaseX), and 2 CX-4 ports. The 2 CX-4 ports can be used as stacking ports or as connectors for the OS6-XNI-U2 that supports 2 SFP+ 10GigE ports. The bundle includes a 126W AC power supply with power shelf and country specific power cord,user manuals access card, rack mounts, and RJ-45 to DB-9 adaptor.6850 OmniSwitch, 48-port, 10/100/1000T Model # OS6850E48-US, 4, EA; LI 004: Apposite: Linktropy 8510 Pro WAN Emulator Model # L8510-1G, 3, EA; LI 005: BlueCoat 7500 Packet Shaper PS7500-L045M PacketShaper 7500, Up to 45 Mbps of shaping, PS7500U-AC PacketShaper 7500 Software Upgrade, Add Acceleration Module PS7500U-XP PacketShaper 7500 Software Upgrade, Add Compression Module SL131Y-PS7500-45 Support, 24x7 L1-L3 Software Only, Packetshaper 7500, Up to 45 Mbps of Shaping, 1YR HNBDS1Y-PS7500-45 Next Business Day, Support, Hardware Only, Packetshaper 7500, Up to 45 Mbps of Shaping, 1YR, 2, EA; LI 006: Cisco 2951 Integrated Services Cisco 2951-SEC/K9 Cisco 2951 Security Bundle w/SEC license PAK 4 EA Cisco CON-SNT-2951SEC SMARTNET 8X5XNBD Cisco 2951 Security 12 EA Cisco S2951UK9-15204M Cisco 2951 IOS UNIVERSAL 4 EA Cisco SL-29-DATA-K9 Data License for Cisco 2901-2951 4 EA Cisco SL-29-UC-K9 Unified Communication License for Cisco 2901-2951 4 EA Cisco FL-CME Cisco Communications Manager Express License 4 EA Cisco FL-CME-SRST-100 Cisco Communication Manager or SRST- 100 seat license 4 EA Cisco MEM-2951-512U1GB 512MB to 1GB DRAM Upgrade (1 1GB DIMM) for Cisco 2951 ISR 4 EA Cisco SM-ES3-24-P Enhcd EtherSwitch L2/L3 SM 23 FE 1 GE POE 4 EA Cisco SM-SRE-910-K9 SRE 910 (4-8GB MEM2x500GB 7k HDD2C CPU) for router bundle 4 EA Cisco CON-SAU-SMSRE910 SW APP SUPP + UPGR Services Ready Engine 4 EA Cisco SM9-WAAS WAAS software container for SRE SM 900 4 EA Cisco SF-WAAS-5.3-SM-K9 Cisco WAAS 5.3 SRE SW image (separate license required) 4 EA Cisco WAAS-ENT-SM-S WAAS Enterprise License for SRE SM. Small deployment. 4 EA Cisco SM-HDD-SATA-500GB 500 GB hard disk drive for SRE 710 and 910 8 EA Cisco SM-MEM-VLP-2GB 2GB very low profile SDRAM for SRE service modules 8 EA Cisco HWIC-4T 4-Port Serial HWIC 12 EA Cisco VWIC3-1MFT-T1/E1 1-Port 3rd Gen Multiflex Trunk Voice/WAN Int. Card - T1/E1 4 EA Cisco PWR-2921-51-POE Cisco 2921/2951 AC Power Supply with Power Over Ethernet 4 EA Cisco CAB-AC AC Power Cord (North America) C13 NEMA 5-15P 4 EA Cisco CAB-CONSOLE-USB Console Cable 6 ft with USB Type A and mini-B 4 EA Cisco PI-MSE-PRMO-INSRT Insert Packout - PI-MSE 4 EA Cisco SL-29-IPB-K9 IP Base License for Cisco 2901-2951 4 EA Cisco ISR-CCP-EXP Cisco Config Pro Express on Router Flash 4 EA Cisco MEM-CF-256MB 256MB Compact Flash for Cisco 1900 2900 3900 4 EA Cisco SL-29-SEC-K9 Security License for Cisco 2901-2951 4 EA, 4, EA; LI 007: Cisco 3750, PoE IP Services Cisco WS-C3750X-48P-E Catalyst 3750X 48 Port PoE IP Services 1 EA Cisco CON-SNT-3750X4PE SMARTNET 8X5XNBD Catalyst 3750X 48 Port PoE 1 EA Cisco CAB-3KX-AC AC Power Cord for Catalyst 3K-X (North America) 1 EA Cisco S375XVK9T-12258SE CAT 3750X IOS UNIVERSAL WITH WEB BASE DEV MGR 1 EA Cisco C3KX-NM-1G Catalyst 3K-X 1G Network Module option PID 1 EA Cisco CAB-STACK-50CM Cisco StackWise 50CM Stacking Cable 1 EA Cisco CAB-SPWR-30CM Catalyst 3750X Stack Power Cable 30 CM 1 EA Cisco C3KX-PWR-715WAC Catalyst 3K-X 715W AC Power Supply 1 EA, 1, 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, USMC - MCTSSA 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. USMC - MCTSSA 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This is a commercial acquisition prepared in accordance with the format under FAR Subpart 12.6 ? ?Streamlined Procedures for Evaluation and Solicitation for Commercial Items,? and in accordance with the statutory procedures under 41 U.S.C. 428a and FAR Subpart 13.5 ? ?Test Program for Certain Commercial Items,? as supplemented with additional information included in this notice. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote must be good for 30 calendar days after close of the 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.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, 52.222-3, 52.222-19, 52.222-21 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-33,52.222-4,52.222-42 1 The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM. The buyer understands that not all items may be available from a single source of supply. Please submit your best offer as the buyer does intend on awarding a single contract to the seller that can provide the best overall quote. The remaining items not procured under this effort may be procured at a later date from other qualified offers received for the remaining items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M68909/M6890914Q7635/listing.html)
 
Place of Performance
Address: CAMP PENDLETON, CA 92055
Zip Code: 92055-5171
 
Record
SN03316066-W 20140322/140320235124-49563b243f24730e8a4deca7b971738b (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.