Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13, 2000 PSA #2746
SOLICITATIONS

59 -- CISCO SWITCHES

Notice Date
December 11, 2000
Contracting Office
Commander, HQ USAINSCOM, Attn: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
ZIP Code
22060-5246
Solicitation Number
W81GNX 0181-1001
Response Due
December 16, 2000
Point of Contact
Lacy L. Hairston, (703) 706-2762
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation number W81GNX 0181-1001, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. This solicitation is 100% set aside for small business concerns. The associated North American Industrial Classification System (NAICS) for this procurement is 334111, and the small business size is 1,000 employees. The US Army Intelligence and Security Command (INSCOM) require the following items. (CLIN 0001: Cisco Catalyst 6506 Chassis, with 1300 PERPAC power supply, Manufacturer part # WS-C6506-1300AC Quantity 2 each). (CLIN 0002: 24-port 100fx for Catalyst Manufacturer part #: WS-X6324-100FX-MM Quantity 7 each). (CLIN 0003: Cisco 1300W AC power supply for Catalyst 6000, Manufacturer part #: WS-CAC-1300W Quantity 2 each). (CLIN 0004: Supervisor PCMCIA Flash 24MB for Catalyst 6000, Manufacturer part #: MEM-C6K-FLC24M Quantity 2 each). (CLIN 0005: AC Power cord North America, Manufacturer part #: CAB-7513AC Quantity 4 each). (CLIN 0006: Catalyst 6000 Supervisor Engine 1, Manufacturer part #: WS-X6K-SUP1A-2GE Quantity 2 each). (CLIN 0007: Cisco Catalyst 6506 Chassis, with 1300 PERPAC power supply, Manufacturer part # WS-C6506-1300AC Quantity 2 each). (CLIN 0008: 8x5xNBD Service, Catalyst 6506 Versatile interface processor 2, Model 50 Manufacturer part #: CON-SNT-WS-C6506 Quantity 1 each). (CLIN 0009: Cisco 1-prt fast enet 100BFX Modlport Adapter, Manufacturer part #: PA-FE-FX Quantity 2 each). (CLIN 0010: Catalyst 2924C XL Ecterprise Edition, 5-pack, Manufacturer part #: WS-C2924C-XL-EN-5P Quantity 3 each). (CLIN 0011: Power cable Cisco AC cord (US), Manufacturer part #: CAB-AC Quantity 12 each). (CLIN 0012: CAT2912 12-port 100BFX Switch, Manufacturer part #: WS-C2912MF-XL Quantity 6 each). (CLIN 0013: Catalyst 2900 4-port 10/100 Switch module, Manufacturer part #: WS-X2914-XL-V Quantity 6 each). (CLIN 0014: Catalyst 6000 48 port 10/100 Enhanced QoS Module, PN # WS-X6348-RJ-45 Quantity 1 each). (CLIN 0015: 8x5 Next Business Day Service C2924, PN # CON-SNT-WS-C2924 Quantity 15 each). (CLIN 0016: 8x5 Next Business Day Service C2912F, PN # CON-SNT-WS-C2912F Quantity 6 each). (CLIN 0017: Versatile Interface Processor, PN # VIP2-50 Quantity 1 each). Delivery is required within 30 days after receipt of purchase order (ARO); Delivery location is the US Army Intelligence and Security Command, Mission Support Activity, Building 712, 9801 Dalrymple Road, Fort Belvoir, Virginia 22060-5435. The FOB point shall be DESTINATION, Fort Belvoir, VA. The following provisions and clauses are applicable to this acquisition, and may be found at http://farsite.hill.af.mil. FAR 52.212-1. Instructions Offerors-Commercial Items: FAR 52.212-3 Offeror Representations and Certifications commercial items: FAR 52.212-4 Contract Terms and Conditions -- Commercial Items: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, including paragraph b, subparagraphs, (1) 52.203-6, (2) 52.203-10 (3) 52.219-8, (5) 52.219-14 (6) 52.222-26, (7) 52.222-35, (8) 52.222-36, (9) 52.222-37, (10) 52.225-15, (11) 52. 232-33. In addition, FAR 52.219-6, Notice of Total Small Business Set-Aside: 52.232-33 Mandatory Information for Electronic Funds Transfer Payment, and Department of Defense FAR Supplement (DFARS) 252.204-7001, 252.212-7000, 252.212-7001 and 252.225-7001. Order will not be made to any contractor not registered with Dunn and Bradstreet and Central Contractor Registration (CCR). CCR registration information may be found at www.ccr2000.com, or by calling 1-888-227-2423. The Government anticipates issuing one purchase order resulting from this solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered. For information, call Mr. Lacy L. Hairston at (703) 706-2762. Offers shall be sealed and the outer cover shall be annotated: RESPONSE TO RFP NO. DASC01-97-R-0013. Quotations shall be received at COMMANDER, USAINSCOM, ATTN IAPC-DOC (MR. LACY L. HAIRSTON), 8825 BEULAH STREET, FT. BELVOIR, VA 22060-5246, by e-mail to llhairs@vulcan.belvoir.army.mil, or faxed at 703-806-1156 not later than 2:00 PM, Eastern Standard, December 16, 2000. For information, contact Mr. Lacy L. Hairston at the above e-mail address or fax number. *****
Record
Loren Data Corp. 20001213/59SOL006.HTM (W-346 SN5085K6)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on December 11, 2000 by Loren Data Corp. -- info@ld.com