Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

70 -- Server and Accesories; CISCO

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert Street, Suite 600, Norfolk, VA 23072
 
ZIP Code
23072
 
Solicitation Number
N5700715RCZN629
 
Response Due
9/17/2015
 
Archive Date
3/15/2016
 
Point of Contact
Name: Lorraine Moyer, Title: Contract Specialist, Phone: 7574431388, Fax:
 
E-Mail Address
Lorraine.M.Moyer@Navy.Mil;
 
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 N5700715RCZN629 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 2005-84. 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 unrestricted 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 2015-09-17 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FPO, AE 09805 The FLC - Norfolk requires the following items, Exact Match Only, to the following: LI 001: UC Manager-10.x Enhanced Single User-Under 1K - LIC-CUCM-10X-ENH-A See Document Item Specification List.docx for easier viewing of specifications. Enable GW Feature (H323-SIP) LIC-EXP-GW (2 EA) Enable Advanced Networking Option LIC-EXP-AN (1 EA) Enable Expressway-E Feature Set LIC-EXP-E (1 EA) Enable Expressway Series Feature Set LIC-EXP-SERIES (2 EA) Enable TURN Relay Option LIC-EXP-TURN (1 EA) License Key Software Encrypted LIC-SW-EXP-K9 (2 EA) UC Manager Enhanced 10.x License LIC-CUCM-10X-ENH (800 EA) Expressway Series, Expressway-E PAK LIC-EXP-E-PAK (1 EA) Jabber for Desktop Right to Use JABBER-DSK-K9-RTU (1 EA) UCM 9X/10X/11X PAK UCM-PAK (1 EA) Jabber for Desktop for PC and Mac JABBER-DESKTOP (800 EA) Cisco Expressway-E Server, Virtual Edition EXPWY-VE-E-K9 (1 EA) Cisco Expressway-C Server, Virtual Edition EXPWY-VE-C-K9 (1 EA) Software Image for Expressway with Encryption, Version X8 SW-EXP-8.X-K9 (1 EA) CUCM Software Version 10.X CUCM-VERS-10.X (1 EA) Prime Collaboration Standard 10.x PC-10X-STANDARD-K9 (1 EA), 800, EA; LI 002: 2.60 GHz E5-2640 v3/90W 8C/20MB Cache/DDR4 1866MHz UCS-CPU-E52640D UCS C220 M4 SFF w/o CPU, mem, HD, PCIe, PSU, rail kit See Document Item Specification List.docx for easier viewing of specifications. TO INCLUDE: 16GB DDR4-2133-MHz RDIMM/PC4-17000/dual rank/x4/1.2v - UCS-MR-1X162RU-A (4 EA); 900GB 6Gb SAS 10K RPM SFF HDD/hot plug/drive sled mounted - UCS-HDD900GI2F106 (6 EA); Ball Bearing Rail Kit for C220 M4 and C240 M4 rack servers - UCSC-RAILB-M4 (1 EA); 770W AC Hot-Plug Power Supply for 1U C-Series Rack Server - UCSC-PSU1-770W (2 EA); Power Cord Jumper, C13-C14 Connectors, 2 Meter Length - CAB-C13-C14-2M (2 EA); UCS 2.5 inch HDD blanking panel - N20-BBLKD (2 EA); Supercap cable 950mm - UCSC-SCCBL220 (1 EA); Heat sink for UCS C220 M4 rack servers - UCSC-HS-C220M4 (2 EA); MLOM Blanking Panel - UCSC-MLOM-BLK (1 EA); vSphere 5 Standard (1 CPU), 1yr, Support Required - VMW-VS5-STD-1A (2 EA); ISV 24X7 vSphere Standard, List Price is ANNUAL - CON-ISV1-VS5STD1A (2 EA); Cisco 12G SAS Modular Raid Controller - UCSC-MRAID12G (1 EA); Cisco 12Gbps SAS 512MB FBWC Cache module (Raid 0/1/5) UCSC-MRAID12G-512 (1 EA); Enable RAID 5 Setting - R2XX-RAID5 (1 EA); Cisco ONE Data Center Compute Opt Out Option - C1UCS-OPT-OUT (1 EA), 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, FLC - Norfolk 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. FLC - Norfolk 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 announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ System for Award Management 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N5700715RCZN629/listing.html)
 
Place of Performance
Address: FPO, AE 09805
Zip Code: 09805-0001
 
Record
SN03891254-W 20150919/150917235751-6cde736939b5b08f9394c1f4ef796016 (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.