Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441

General Services Administration, Federal Technology Service (FTS), Federal Technology Service ((7TR/T-3), 819 Taylor Street, Room 14A002, Fort Worth, TX, 76102

D -- D-INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATIONS SOL 7TF-99-0031 DUE 100199 POC Paulie Sosebee, Contracting Officer, Phone (817) 978-0001, Fax (817) 978-4739, Email paulie.sosebee@gsa.gov -- Paulie Sosebee, Contracting Officer, Phone (817) 978-0001, Fax (817) 978-4739, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=7TF-99-0031&L ocID=327. E-MAIL: Paulie Sosebee, paulie.sosebee@gsa.gov. 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued!! 17(ii). Solicitation Number 7TF-99-0031 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13!! 17(iv). This is a full and open procurement under SIC 3577 Computer Peripheral Equipment, NEC!! 17(v). Description: There are several contract line items, which are not optional: ITEMS LISTED 17(vi). Description: The purpose of this Request is to acquire the following: Description/Quantity, as required: Item: Cisco Part # Description: QTY -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- — -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- - 1. WS-C6509 Catalyst 6509 Chassis 1 2. WS-CAC-1300W Catalyst 6000 1300W AC Power Supply 1 3. WS-CAC-1300W/2 Catalyst 6000 Second 1300W AC Power Supply 1 4. WS-X6K-SUP1A-MSFC Catalyst 6000 Supervisor Engine 1-A, 2GE plus MSFC & PFC 1 5. SFC6K-SUP-5.X.X Catalyst Supervisor Flash Image, Release 5.X.X or Latest 2 6. CAB-MTRJ-ST-MM-3M MT-RJ MM to ST Duplex MM -3meter 24 7. WS-X6224-100FX-MT Catalyst 6000 24 Port 100 FX Multimode MT-RJ 1 8. WS-X6408-GBIC Catalyst 6000 8-Port Gigabit Ethernet Module (require GBICs) 4 9. WS-G5484 1000Base-SX "short Wavelength" GBIC(Multi mode) 36 10. WS-G5486 1000Base-LX/LH "long Haul" GBIC(Singlemode/ Multimode) 36 11. WS-C6X09-RACK Catalyst 6X09 RackMount Kit & Cable Organizer 2 12. CON-SNTE-WS-C6509 SMARTNet Maintenance 8x5x4 for C6509 1 13. WS-C2948G-3PACK Catalyst 2948G Switch, 48 10/100TX(RJ45) + 2 1000X GBIC Slots, 3PK 12 14. WS-C2948G-EMS-LIC Catalyst 2948G RMON Agent License 36 15. WS-X2948G-RACK Catalyst 2948G Rack mount Kit 36 16. CON-SNT-WS-C2948 SMARTNet Maintenance 8x5xNBD for C2948G 36 17. WS-C6509 WS-C6509 Chassis 1 18. WS-CAC-1300W Catalyst 6000 1300W AC Power Supply 1 19. WS-CAC-1300W/2 Catalyst 6000 Second 1300W AC Power Supply 1 20. WS-X6K-SUP1-2GE Catalyst 6000 Supervisor Engine, 2GE(Req GBICs) 1 21. CON-SNTE-WS-C6509 8x5xNBD Service, Catalyst 6509 1 22. CISCO3620 Cisco 3600 2-slot Modular Router-AC with IP Software 2 23. S362B-12.0.5 Cisco 3620 Series IOS IP/IPX/AT/DEC 2 24. MEM3600-8U16FS 8-to-16MB Flash Factory Upgrade for the Cisco 3600 2 25. MEM3620-32U48D 32-to-48 MB DRAM Factory Upgrade for the Cisco 3620 2 26. NM-1E2W 1Ethernet 2 WAN Card Slot Network Module 2 27. WIC-1DSU-T1 1-port T1/Fractional T1 DSU/CSU WAN Interface Card 4 28. NM-4B-U 4-port ISDN-BRI with NT-1 Network Module 2 29. CAB-232MT RS-232 Cable, DTE, Male, 10 Feet 2 30. CAB-232FC RS-232 Cable, DCE, Male, 10 Feet 2 31. CON-SNT-3620 Cisco 3620 SMARTnet Maintenance 2 32. ENM-2.0-NT Special pricing Essentials, Campus, Netsys Baseliner 1 33. CON-SAS-ENM-NT SAS Svc, Special Essentials, Campus, Netsys Baseliner 1 34. Cisco Credit 2 17(vii). Date of delivery is no later than 10 days from receipt of award; Place of Delivery and Acceptance is: Mr. Chai Man Chow, Computer Network Administrator, AFRL/DES, 3550 Aberdeen Ave., SE, Kirtland Afb, NM 87117, 505-846-4802, FAX 505-853-1047. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (AUG 1998) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of the item offered to meet the Government requirement (b) Past Performance (see below) and (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded FAST delivery orders/contracts and/or contracts with other Government entities). The offeror must identify two Federal, state, or local government and private contracts or delivery/task orders for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 1999), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract(b)(2)52.203-10, (b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5 2.222-37,(b)(15)52.225-21, (b) 552.211-70.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery no later than 10 days after receipt of order. Period of Performance is three months from date of award!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, FAST, 7TF, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Paulie Sosebee, Contracting Officer at or before 4:30 p.m.(CST), October 1, 1999. TELEFAXED PROPOSALS WILL NOT BE ACCEPTED.!! 17(xvii). Contact Paulie Sosebee at 817/978-0001.!! **** Posted 09/23/99 (D-SN383938). (0266)

Loren Data Corp. http://www.ld.com (SYN# 0028 19990927\D-0010.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page