SOLICITATION NOTICE
70 -- Cisco & APC Equipment
- Notice Date
- 7/25/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- 1701 North Fort Myer Dr, Rosslyn, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 1019-631529
- Response Due
- 7/27/2006
- Archive Date
- 8/16/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1019-631529 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular NA. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Thursday, July 27, 2006 at 00:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Cisco Fiber SFP Module, 1000Base-SX, Short Wavelength, MM Only; Cisco Part Number GLC-SX-MM=, 132, EA; LI 002, Cisco Fiber GBIC Module, 1000Base-SX, Short Wavelength, MM; Cisco Part Number WS-G5484=, 14, EA; LI 003, Cisco Fiber GBIC Module, 1000Base-LX/LH, Long Wavelength, Long Haul, SM/MM; Cisco Part Number WS-G5486=, 2, EA; LI 004, Configured Cisco 2960-48TC-L Switch (12) SFP Ports, Enhanced Imaged CONFIGURED AS FOLLOWS - (QTY 24 EA) WS-C2960-48TC-L : Catalyst 2960 48 10/100 + 2 T/SFP LAN Base Image. (QTY 24 EA) CAB-AC: POWER CORD,110V. **BID PER UNIT PRICE FOR QTY 24 EA SWITCHES CONFIGURED WITH ALL COMPONENTS AND QTY'S LISTED IN THIS LINE ITEM**, 24, EA; LI 005, eScore Vendor Configuration Worksheet for Cisco 2960 Configured Switch (Line Item 4) must be received prior to delivery of equipment., 24, EA; LI 006, Configured Cisco 3560 Switch (48) 10/100/1000Base CONFIGURED AS FOLLOWS - (QTY 10 EA) #WS-C3560G-48TS-E : Catalyst 3560 48 10/100/1000T + 4 SFP Enhanced Image. (QTY 10 EA) #CAB-AC : POWER CORD,110V. (QTY 20 EA) #CON-SNT-356048TE : SMARTNET 8X5XNBD Catalyst 3560 48 10/ **BID PER UNIT PRICE FOR QTY 10 EA SWITCHES CONFIGURED WITH ALL COMPONENTS AND QTY'S LISTED IN THIS LINE ITEM**, 10, EA; LI 007, eScore Vendor Configuration Worksheet for Cisco 3560 Configured Switch (Line Item 6):, 10, EA; LI 008, Configured Cisco 3750G-12S Switch CONFIGURED AS FOLLOWS - (QTY 9 EA) #WS-C3750G-12S-S: Catalyst 3750 12 SFP Standard Multilayer Image. (QTY 9 EA) #CAB-STACK-50CM : CISCO STACKWISE 50CM STACKING CABLE. (QTY 9 EA) #CAB-AC : POWER CORD,110V. **BID PER UNIT PRICE FOR QTY 9 EA SWITCHES CONFIGURED WITH ALL COMPONENTS AND QTY'S LISTED IN THIS LINE ITEM**, 9, EA; LI 009, eScore Vendor Configuration Worksheet for Cisco 3750G-12S Configured Switch (Line Item 8):, 9, EA; LI 010, Configured Cisco 3750G-24S-S Switch CONFIGURED AS FOLLOWS - (QTY 4 EA): #WS-C3750-24FS-S: Catalyst 3750 24 100BaseFX + 2 SFP Standard Multilayer Image. (QTY 4 EA) #CAB-STACK-50CM: CISCO STACKWISE 50CM STACKING CABLE. (QTY 4 EA) #CAB-AC: POWER CORD,110V. (**BID PER UNIT PRICE FOR QTY 4 EA SWITCHES CONFIGURED WITH ALL COMPONENTS AND QTY'S LISTED IN THIS LINE ITEM**, 4, EA; LI 011, eScore Vendor Configuration Worksheet for Cisco 3750G-24FS-S Configured Switch (Line Item 10), 4, EA; LI 012, APC Smart UPS 2200VA Rackmount (US) - Part Number SU2200RMUS, 19, EA; LI 013, APC Smart UPS 2200VA Autosensing Series (X167) Rackmount - Part number SU2200R3X167, 1, EA; LI 014, APC 8-port Share UPS Interface Exapnder, Part Number AP9207, 18, EA; LI 015, APC Simple Singnaling Cable, # 940-0020, 63, EA; LI 016, APC Smart UPS 700 AutoSensing - Part Number SU700X167, 14, EA; LI 017, eScore Vendor Configuration Worksheet for APC Smart UPS 2200VA (US) (Line Item 12) eScore Vendor Configuration Worksheet for APC Smart UPS 2200VA (X167) (Line Item 13) eScore Vendor Configuration Worksheet for APC Smart UPS 700 (Line Item 15) must be received prior to delivery of the equipment, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received at that email address no later than the closing date and time for this solicitation. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. BIDS MUST BE VALID FOR 30 DAYS AFTER COMPETITION CLOSE. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. D) Full Cisco warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via APC authorized channels for new equipment Federal sales. D) Full APC warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. Pricing valid for 90 days Configuration must be deliverable through 2006 calendar year Vendor must deliver 1% shippable within 72 hours, upon request, at no additional cost to the government. DELIVERY Upon award vendors must arrange for delivery within ten (10) days of award quantity two (2) of the awarded configuration to the PMA Lab for QA and Image Test. 13 WEIGHT Weight is a consideration for all items due to government shipping related costs. 14 SHIPPING INSTRUCTIONS Shipping hours are 7:00 AM - 3:00 PM, Monday thru Wednesday Driver must call Dan Gardner (703-929-9674) or Devon Martin 571-438-4173 for Dock Appointment prior to delivery of shipment. Shipments without Dock appointments will be refused at the door. The Purchase Order number must be clearly written on each box. A packing slip must be included with every shipment. BOXED UNIT LABELING AND PALLERT REQUIREMENTS: * P/N with barcode on container *S/N with barcode on container *When equipment is modified, a new P/N must be assigned and bar-coded on the container. *When equipment is modified, the original S/N and barcode should not be covered on the container. If a new S/N is assigned, it must be bar-coded on the container. *Pallets must be wood, with standard 3-stringer construction, with 4-way entry. *Pallet size should be 40" X 48" with 48" being the stringer length. *To bid on this item, Sellers must be Cisco Gold or Cisco Silver Certified Federal Resellers. *No Exceptions. At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Database. The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. The E-Score Master may be obtained by calling Kalvin Paddyfote at (703-970-2132) or Dawn Cavallo at (703-970-2117). Invoice will NOT be paid until full reconciliation of E-Score and shipment has occurred. *The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. *No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. *Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. *Items received must adhere to the configuration as submitted and approved by the PMA Lab PMA Lab configuration control numbers for approved configurations will be assigned. *Vendors must deliver to the ?locked? configuration as tested and approved. *Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. *Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. *GITM will NOT allow use of third party components in configurations. *Random QA will be performed. *IF it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the government. *The infraction will also be recorded in the Vendor?s Performance file. *Manufacturer warranty for parts and labor on all components. *Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 72 hours. *Repaired units must be received within 30 days. *120-Day Lead-time for retuning a defective item from post. *IF award is made to a value add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. *Vendor will provide a written escalation process upon award to include the following information: *Sales Contacts: both Field and inside *Sales Management Contacts *Customer Support Reps and their Management to include: *Customer Service Representative *Warranty Liaison Representative *Integration Representative Please provide name, phone, email and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. This Justification and Approval (J&A) on a brand name only basis is for the use of Cisco switches. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. The Cisco Switches and Components have been identified as a key component of the Department of State infrastructure. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the Department of State network requirements. To ensure compatibility with existing network components in the field, the switches must be a Cisco model and provided by a Cisco reseller. IRM/OPS/PMA has identified the Cisco equipment listed in paragraph two (2) as a key component of the Department?s networking system. Equipment listed above is required to provide network connectivity to existing Department of State?s enterprise network infrastructure based on existing management tools and routing capabilities that requires two critical protocols supported only by Cisco network switches; HSRP (Hot Standby Router Protocol) and EIGRP (Enhanced Interior Gateway Routing Protocol). As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements as a key component of the Department?s networking system. The Cisco switches (part numbers and descriptions listed in paragraph 2) have undergone test and assessment, evaluation for GITM deployments and received final approval from the Department of State IT Configuration Control Board This Justification and Approval (J&A) on a brand name basis is for the use of the APC Smart-UPS (part number and descriptions listed in paragraph 2). The use of an APC Smart-UPS is essential to the Government?s requirement for server and network infrastructure power protection thereby precluding consideration of the products of another brand at this time. The APC Smart-UPS has been identified as a key component of the Department?s server and network infrastructure power protection system. APC Smart-UPS is an IRM ITCCB approved hardware and used to provide power protection for several years. Use of third party equipment which has not been tested by the Department for compatibility with existing hardware and software at this time will cause unacceptable delays to the Program in support of the unclassified and classified IT refresh. To ensure compatibility with existing hardware and software in the field, the uninterrupted power supply must be an APC Smart-UPS unit and provided by an APC reseller. IRM/OPS/PMA has identified the APC Smart-UPS rack mount server and network infrastructure uninterrupted power supply (part numbers and descriptions listed in paragraph 2) as a key component of the Department?s server and network infrastructure power protection system. APC Smart-UPS power protection system works with existing hardware and software fielded in the unclassified and classified network to protect critical servers and data network infrastructure.
- Web Link
-
www.fedbid.com (a-29584, n-2847)
(http://www.fedbid.com)
- Place of Performance
- Address: Springfield, VA 22153
- Zip Code: 22153
- Country: US
- Zip Code: 22153
- Record
- SN01097168-W 20060727/060725220445 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |