Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633

Marine Corps Regional Contracting Office (Northwest Region), P. O. Box X24, MCAGCC, Twentynine Palms, CA 92278-0124

70 -- GENERAL PURPOSE INFORMATION TECHNOLOGY EQUIPMENT SOL M67399-00-Q-0011 DUE 070600 POC Sgt. Juan Turner Procurement Specialist, (760) 830-5121 E-MAIL: turnerjo@29palms.usmc.mil, turnerjo@29palms.usmc.mil. This is a brand name only 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, and Far Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 97-18. This is a total small business set-a-side. The Standard Industrial Classification Code is 3571 ELECTRONIC COMPUTERS (1,000 SIZE STANDARD). This solicitation number M67399-00-Q-0011 is issued as a Request for Quote (RFQ). This requirement is for a Firm Fixed Price contract for line item (s) and (Product Number = P/N): CLIN 001 P/N CISCO2621/ Dual 10/100 Ethernet Router W/2 WIC Slots & 1 NM Slot (20 EA.) CLIN 002 P/N WIC-2T/ 2-Port Serial Wan Interface Card for Cisco 2600 (35 EA.) CLIN 003 P/N WS-X2951-XL/ Catalyst 2900 XL Series ATM 155 UTP Module (15 EA.) CLIN 004 P/N WS-C2924M-XL-EN-5P/ Catalyst 2924M XL Enterprise Edition, 5-Pack (4 EA.) CLIN 005 P/N CAB-SS-232MT/ RS-232 Cable, DTE Male to Smart Serial, 10' (20 EA.) CLIN 006 P/N CAB-SS-232FC/ RS-232 Cable, DCE Female to Smart Serial, 10' (20 EA.) CLIN 007 P/N CAB-232MT/ RS-232 Cable, DTE Male, 10' (14 EA.) CLIN 008 P/N CAB-232FC/ RS-232 Cable, DCE, Female, 10' (14 EA.) CLIN 009 P/N CAB-SS-530MT/ RS-530 Cable, DTE Male to Smart Serial, 10'(30 EA.) CLIN 0010 P/N CAB-530MT/ RS-530 Cable, DTE, Male, 10' (16 EA.) CLIN 0011 P/N WAI-OC3-4U5=/ 4 Port STS-3c/STM-1 UTP-5 PAM (SPARE) (3 EA.) CLIN 0012 P/N WATM-CAM-2P=/ Light stream 1010/C550 Carrier Module (Spare) (2 EA.) CLIN 0013 P/N WAI-OC3-4MM/ 4 Port STS-3c/STM-1Multimode Fiber PAM, (1 EA.) CLIN 0014 Netbuilder Routers NB 11 3C6000, Trade-in (1EA.) CLIN 0015 P/N WS-C5509/ Catalyst 5509 Chassis (1EA.) CLIN 0016 P/N WS-C5518/ Catalyst 5509 AC Power Supply (1EA.) CLIN 0017 WS-C5518/2 /Catalyst 5509 Second AC Power Supply (1EA.) CLIN 0018 P/N CAB-7KAC-15 / AC Power Cord North America (2EA.) CLIN 0019 P/N SFC5K-SUPG-5.2.2 / Catalyst 5K Supervisor 2G & 3G, Flash Image, Release 5.2(2) (1EA) CLIN 0020 P/N SFC5K-ATMLM-5.10 / 12.0 (4A) W5 (10) Image for WS-X5161, 5162, 5165, 5167, 5168 (1EA.) CLIN 0021 P/N SFC5K-NAM-4.3.1 / CAT5500/5000 Network Analysis Module Flash Image, 4.3(1) (1EA.) CLIN 0022 P/N FL-C5K-EFS-5X / Catalyst 5K REL. 5.X SW License, Enhanced Feature Set (1EA.) CLIN 0023 P/N WS-X5500 / Catalyst 5500/5000 Supervisor 111G (1EA.) CLIN 0024 P/N WS-X5167 / C5K ATM OC-3 Lane/MPOA Module Dual PHY (Multimode, SC) (1EA.) CLIN 0025 P/N WS-X5381 / Catalyst 5000/5500 Network Analysis Module-128 MB DRAM (1EA.) CLIN 0026 P/N WS-X5234-RJ45 / 24-Port 10/100TX Switch Module (FEC, WRED, 802, 1Q/ISL, RJ-45) (2EA.) CLIN 0027 P/N WS-G5484 / 1000 Base-SX "Short Wavelength" GBIC (Multimode Only) (2EA.) CLIN 0028 P/N WS-X5304-15 / Catalyst 5000 Route Switch Module W/VIP2 Model 15 (1EA.) CLIN 0029 P/N IP/VIP C5 / SC5CV-IP/VIP Software (1EA.) CLIN 0030 SFC5CV-11.2.18P / Cisco IOS Catalyst 5000 RSM IP W/VIP Feature Set (1EA.) CLIN 0031 P/N MEM-RSM-2-FLC16M / RSM Flash Credit Card, 2ND Slot, 16MB (3EA.) CLIN 0032 P/N PA-4T / 4 Port Serial Port Adapter, Enhanced (1EA.) CLIN 0033 Netbuilder Routers Model ESPL-220, Trade-In (1EA.) CLIN 0034 Smartnet Maintenance, 3YR Payment in Advance of 9% (1EA.) CLIN 0035 P/N CON-SNT-26XX / 3YR Cisco Smartnet Maintenance 8x5xNBD(30 EA.) CLIN 0036 P/N CON-SNT-7206 3YR Cisco Smartnet Maintenance 8x5xNBD (2 EA.) CLIN 0037 P/N CON-SNT-L1010 / 3YR Cisco Smartnet Maintenance 8x5xNBD (1EA.) CLIN 0038 P/N CON-SNT-WS-5500 / 3YR Cisco Smartnet Maintenance 8x5xNBD (1EA.) CLIN 039 P/N CON-SNT-WS-C29XX / 3YR Cisco Smartnet Maintenance 8x5xNBD (5EA.) CLIN 0040 P/N CON-SNT-OC3-4U5 / 3YR 8x5xNBD SVC 4-Port STS-3c/STM-1, UTP-5, PAM (3EA.) CLIN 0041 P/N CON-SNT-OC3-4MM / 3YR 8x5xNBD SVC 4-Port STS-3c/STM-1, Multimode Fiber PAM (1EA.) Delivery is required by 21 July 2000 3:00 P.M PST. FOB point required is destination, Marine Corp Air Ground Combat Center, Twentynine Palms, California. Inspection and acceptance will be at destination. The following provisions and clauses shall apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference with the same force and effect as if they were given in full text.The full text of all clauses may be accessed electronically at these websites: http://farsite.hill.af.mil or http://www.gsa.gov/far.The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies.The provision at FAR 52.212-4, Contract Terms and Conditions, applies The provision at FAR 52.212-5, Contract Terms And Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies, with addenda clauses FAR 52.222.25 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222.26, Equal Opportunity; FAR 52.222.36, Affirmative Action for Workers with Disabilities; and FAR 52.222.37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.232-1 Payments. FAR 52.232-36 Payment by Third Party, DFARS 252.204-7004, Required Central Contractor Registration, applies, DFARS 252.232-7009 Payment by Electronic Funds Transfer, Payment Option, At the Government's option, payment may be made utilizing the Government Purchase Credit Card. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, with the following clauses applicable to paragraph (b):DFARS 252.225-7001, Buy American Act and Balance of Payments Program. The Government intends to make a single award to the responsible offeror whose quote confirming to this combined CBD synopsis/solicitation, will be the most advantageous to the Government, price and other factors considered. Evaluation will be based on the best value to the government considering price, past performance, technical acceptability and delivery time.Mail, electronic mail or fax copy quotes must be received no later than 4:00 P.M, PST 6 July 2000, submit to Procurement Specialist Sgt. Turner, (760) 830-5121, Fax (760) 830 6353, Email: turnerjo@29palms.usmc.mil Quotations sent by U.S Post Office or Federal Express should be mailed to Marine Corp Regional Contracting Office (NW Region) ATTN: Sgt. Turner Bldg. 1525 P.O Box X24 Twentynine Palms, CA 92278-0124.Vendors wishing to respond to this solicitation should provide this office with the following: a price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS number, Tax Identification Number, and name and phone number of vendor's point of contact; a completed copy of FAR 52.212-3. Only written quotes will be accepted and must be received and identified by RFQ Number M67399-00-Q-0011 by 4:00 P.M (PST) on 6 July 2000. Fax quotes are acceptable at (760) 830-5104/6353, ATTN: Sgt.Turner, Procurement Specialist Posted 06/28/00 (W-SN469452). (0180)

Loren Data Corp. http://www.ld.com (SYN# 0209 20000630\70-0006.SOL)


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