|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601National Imagery & Mapping Agency, Contracting Support for Information
Services Directorate, Attn: PCI/D-88, 4600 Sangamore Road, Bethesda,
MD 20816-5003 70 -- ADP COMPONENTS (CISCO ROUTERS) SOL NMA-100-00-Q-0013 DUE 052600
POC Lynn Brannan, Contract Specialist, 301/227-7843, FAX 301/227-5573,
email: brannanl@nima.mil National Imagery and Mapping Agency (NIMA)
intends to purchase Cisco router equipment. Authority for this
procurement is 10 USC 2304(c)(1) and FAR 6.302-1(c). 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. This announcement constitutes the
only solicitation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. The
solicitation number is NMA100-00-Q-0013 and is issued as a request for
quotes (RFQ). Responsible sources who are interested in this
procurement may respond by providing clear and convincing information
that identifies their capabilities. Offers are to be completed and
delivered to the address listed above by 26 May 00 by 1:00 P.M. local
time (EST); ATTN: Lynn Brannan, 301-227-7843 (voice)/301-227-5573 or
2218 (FAX), or email: brannanl@nima.mil. Please call Lynn Brannan to
confirm receipt of facsimiles. The Standard Industrial Classification
(SIC) code is 5065 and the business size standard is 500. Requirements:
Item 0001, Qty 6, CISCO2611 Dual Ethernet Modular Router w/Cisco IOS IO
Software; Item 0002, Qty 11, CISCO3640 Cisco 3600 4-slot Modular
Router-AC w/IP Software; Item 0003, Qty 1, CISCO3661-AC 10/100 E Cisco
3660 6-slot Modular Router-AC with IP SW; Item 0004, Qty 1,
CON-SNT-3661 "SMARTnet8x5xNBD Svc, Dual 10/100 E 3660 6-slot Mod Rtr";
Item 0005, Qty 11, MEM3600-8U16FS 8 to 16MB Flash Factory Upgrade for
the Cisco 3600; Item 0006, Qty 11, MEM3640-32U48D 32-TO-48MB DRAM
Factory Upgrade for the Cisco 3640; Item 0007, Qty 1, MEM3660-32U64D
32-to-64MB DRAM Factory Upgrade for the Cisco 3660; Item 0008, Qty 2,
NM-1A-OC3MM Single port ATM OC-3 Multimode network module for 3600;
Item 0009, Qty 11, NM-4E 4-Port Ethernet Network Module; Item 0010, Qty
11, NM-4E 4-Port Ethernet Network Module; Item 0011, Qty 6,
S26C-12.0.7T Cisco 2600 Series IOS IP; Item 0012, Qty 11,
S364CH-12.0.7T Cisco 3640 Series IOS IP/FW/IDS; Item 0013, Qty 1,
S366CP-12.0.7T Cisco 3660 Series IOS IP Plus; and Item 0014, Qty 12,
WIC-1T 1-Port Serial WAN Interface Card. Offerors agree to hold the
prices firm for 60 calendar days from the date specified for receipt of
offers. The solicitation and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-16 and Defense
FAR Supplement 91-13. Delivery is expected to be FOB destination to
NIMA, Bethesda, MD, within 30 days after award of contract. Delivery
shall be between the hours of 0900 and 1400 exclusive of Saturdays,
Sundays, and federal holidays. 24 hour notice required before delivery,
inside delivery requested. The provision at 52.212-1, Instruction for
Offerors -- Commercial Items, applies to this acquisition
(www.ARNet.gov/far). Interested parties shall submit offers which
include the 11 items outlined in FAR 52.212-1(b). Provision at
52.212-2, Evaluation -- Commercial Items, is hereby incorporated by
reference. The following factors shall be used to evaluate offers:
technical acceptability and price. Award will be made to the
technically acceptable offer whose price is lowest. Offers are to
include a commercial price list, a completed copy of the provision at
52.212-3, Offeror Representations and Certification -- Commercial
Items, and the provision at DFARS 252.212-7000, Offeror Representations
and Certifications -- Commercial Items, with the offer
(www.acq.ods.mil/dp/dars/dfars). The clause at 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Order --
Commercial Items, is hereby incorporated by reference (including
52.222-3, 52.233-3, 52.203-6, 52.203-10, 52.219-8, 52.222-26,
52.222-35, 52.222-36, 52.222-37). The clause at 252.212-7001, Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders applicable to Defense Acquisitions of Commercial Items, is
hereby incorporated by reference (including: 252.225-7001,
252.225-7012, 252.225-7036, 252.227-7015, 252.233-7000). In accordance
with provision at 252.204-7001, Cage Code Reporting, Offeror is to
provide CAGE code with the offer. Offeror will be ineligible for award
if it is not registered in the Central Contractor Registry (CCR)
(http://ccr.edi.disa.mil/ccragent/plsql/ ccr.welcome). All information
technology must be Year 2000 Compliant IAW the definition under FAR
39.002. This requirement is set-aside for small business concerns
meeting the SIC code business standard listed above. See Numbered Note
1. Posted 05/12/00 (W-SN454398). (0133) Loren Data Corp. http://www.ld.com (SYN# 0221 20000516\70-0003.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|