Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 26,1999 PSA#2332

General Services Administration, Federal Technology Service (FTS), Office of Information Security (TI), 7th & D Streets, S.W., Room 5060, Washington, DC, 20407

70 -- IT FOLLOW-ON REQUIREMENT, INFORMATION TECHNOLOGY, CISCO SYSTEMS, CATALYST II, WAN SYSTEM, NETWORK SOL GSA-TIB-99013 DUE 042999 POC Jon Faye, Contracting Officer, Phone (202) 708-6099, Fax (202) 708-7027, Email jon.faye@gsa.gov -- Jon Faye, Contracting Officer, Phone (202) 708-6099, Fax (202) 708-7027, Email jon.faye@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=GSA-TIB-99013 &LocID=246. E-MAIL: Jon Faye, jon.faye@gsa.gov. The General Services Administration (GSA) has a follow-on requirement for telecommunication equipment for use in Wide Area Network augmentation and expansion. GSA contemplates issuance of either an open market order in the form of a contract under auspices of FAR Part 12.6, Commercial Items purchases, or a delivery order against a GSA schedule as the result of this solicitation. This notice constitutes a combined synopsis and solicitation for commercially available telecommunications hardware and related items and is prepared in accordance with the format prescribed at FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and wholesale trade SIC code 5045, Computers and Computer Peripheral Equipment and Software, small business size standard, 100 employees applies to this requirement for determining business size, although this procurement is NOT conducted as a small business set aside. This requirement defines equipment and associated items needed to supplement an existing network on a make and model specific basis. Only the brands, makes, and models identified will be acceptable. FOB Destination. FOB point is Camp Foster, Okinawa Japan. Particulars provided at time of award. Customs Clearance markings are required to appear on all paperwork and packaging and are: "FREE DOMICILE -- DOOR TO DOOR." Items required are: Provide and supply: CLIN 001 -- CISCO Catalyst 2924M XL Enterprise Edition, 5-pack, CISCO, WS-C2924M-XL-EN-5P, quantity 12 Each. CLIN 002 -- CISCO Two-Port 100BaseFX Switch Module for Catalyst 2924M XL, CISCO, WS-X2922-XL, quantity 40 each. CLIN 003 -- CISCO Four-port 10 -- 100BaseTX Switch Module for Catalyst 2924M XL, CISCO, WS-X2914-XL, quantity 40 each. CLIN 004 -- Single-mode Fiber Optic Cable, ST to SC terminations, 3-meters in length, quantity 10 each (make model n-a this item). CLIN 006 -- Multi-mode Fiber Optic Cable, ST to SC terminations, 3-meters in length, quantity 80 each (make model n-a this item). Provide, Integrate, and Supply: CLIN 006 -- CISCO Catalyst 5500 Chassis with Single AC Power Supply(spare), CISCO, WS-C-5507, quantity 1 each. CLIN 007 -- CISCO Catalyst 5500 AC Power Supply, CISCO, WS-C-5508, quantity 1 each. CLIN 008 -- CISCO C5000 100BaseFX Switching Module (6 MMF 6 SMG, 12 Port), CISCO, WS-X5114, quantity one each. CLIN 009 -- CISCO C5000 Fast Ethernet Switching Module (100BaseFX, SC, 12-port), CISCO, WS-X51111, quantity 1 each. CLIN 010 -- CISCO Catalyst 5xxx Route Switch Module, CISCO, WS-X5302, quantity 1, each. CLIN 011 -- CISCO Catalyst 5000 RSM Flash Card, 16MB, CISCO, MEM-RSM-FLC16M, quantity 1 each. CLIN 012 -- CISCO TSM DRAM Upgrade, 128MB, CISCO, RSM-128M-UPGD, quantity 1 each. CLIN 013 -- CISCO Catalyst Supervisor III Module + NFFC2, CISCO, WS-X5330-E3, quantity 1 each. CLIN 014 -- CISCO Supervisor III PCMCIA 20MB Flash Memory Card, CISCO, MEM-S3-FLC20M, quantity 1 each. Services Portion: CLIN 015 -- INTEGRATION SERVICES: Item numbers CLIN 006 through CLIN 014 shall be fully integrated when shipped. Specific Performance -- Delivery: Delivery of Specific Performance is on an FOB destination basis, and within 30-days After Receipt of Order or Award of Contract. Factors for award are of equal weight and pass -- fail: (1) Past Performance of on time delivery. Provide evidence of recent history of on-time deliveries for items of same or similar configuration with a 30-day requirement for OCONUS or FPO -- APO deliveries as a percentage of total shipments for same similar items with a 30-day delivery requirement. (2) PRICE -- Provide a price per item and total price for Lot with extensions. (3) Basis of award is all or none. (4) Conformance to Specification. Only those items specified are acceptable. (5) Items 6 through 14 shall be fully integrated and configured at time of shipment. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11 [March 3rd 1999 portion]. The provisions at 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes on Executive Orders -- Commercial Items, 52.216-18, Include one completed copy of 52.212-3, Offeror Representation and Certifications Commercial Items. Proposals should address all evaluation factors inclusive of pricing and integration. The Government will award a single contract or delivery order based on price for technically conforming offer to a responsible offeror. Award may be made without holding further discussions after receipt of initial offers. Offers are due April 29 @ 3:30 PM in the District Of Columbia at GSA -- FTS -- OIS-TI, Room 5060, 7th & D Streets, S.W., Washington, DC 20407, ATTN: Jon D. Faye if hand-carried or if mailed. For purpose of this solicitation offers are due on the due date in the Office of Information Security at the above address. Postal marks with the due date, that are not received on the due date will be considered late. Offers may be sent by facsimile to Jon D. Faye at 202-708-7027 [10-pages or less] on or before the due date, however, late fax's like late offers are rejected after date time stamp of 3:30 PM on the due date. Call Jon Faye at 202-708-6099 if there are other questions. This procurement is not set Posted 04/22/99 (D-SN323490). (0112)

Loren Data Corp. http://www.ld.com (SYN# 0314 19990426\70-0005.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page