SOLICITATION NOTICE
70 -- Provide Cisco Wireless Mobilization Package for the Oregon Army National Guard
- Notice Date
- 8/15/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- W66MRL-6214-8001
- Response Due
- 8/29/2006
- Archive Date
- 10/28/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation is W66MRL-6214-8001 and is issued as a Request for Quote (RFQ). Request for Quotes are due by Aug 29, 2006 1:00 p.m. (Local Time). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesse s. The North American Industry Classification System (NAICS) code for this acquisition is 423430. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: SUBSTITUTIONS NOT ALLOWED CLIN 0001 Cisco 4402 Controller to include the following: 1. One (1) ea 4400 Series WLAN Controller for up to 12 Lightweight APs Part # AIR-WLC4402-12-K9 2. One (1) ea AIR Line Cord North America Part # AIR-PWR-CORD-NA 3. One (1) ea Cisco Unified Wireless Network Software Release 4.0 Part # SWLC4400K9-40 4. One (1) ea GE SFP, LC connector SX transceiver Part # GLC-SX-MM CLIN 0002 Cisco LWAPP APs to include the following: 1. Four (4) ea 802.11ag LWAPP AP Integrated Antennas FCC Cnfg Part #AIR-LAP1131AG-A-K9 2. Four (4) ea AIR Line Cord North America Part # AIR-PWR-CORD-NA 3. Four (4) ea Pwr Sply In:100-240VAC Out:48VDC 380mA -1100, 1130AG, 1200 Part # AIR-PWR-A 4. Four (4) ea Cisco 1130 Series IOS WIRELESS LAN LWAPP RECOVERY Part # S113RK9W-12311JX CLIN 0003 3ETI FIPS Supplicant to include the following: 1. One (1) ea Internal card version, configured seat count, 1 yr. maint. Part # 3ETI-INT 2. One Hundred Twenty (120) ea Specified seat count in range 25-99 Part # 3ETI-INT-25-99 3. One (1) ea Buyer Acceptance of SolutionsPlus Terms and Conditions Part # SP-PRODUCTS-TERMS 4. One (1) ea External card version, configured seat count, 1 yr. maint. Part # 3ETI-EXT 5. One (1) ea Specified seat count in range 25-99 Part # 3ETI-EXT-25-99 6. One (1) ea Buyer Acceptance of SolutionsPlus Terms and Conditions Part # SP-PRODUCTS-TERMS CLIN 0004 WCS WLAN Management to include the following: 1. One (1) ea WCS Top Level SKU for AP capacity options Part # WCS-STANDARD-K9 2. One (1) ea Option Of WCS-Standard-K9 50 APs. One License Part # WCS-APBASE-50 CLIN 0005 Service to include the following: 1. Five (5) ea SMARTNET 8X5XNBD 4402-50 WLAN Controller Part # CON-SNT-WC440250 2. Twenty (20) ea SMARTNET 8X5XNBD 802.11ag LWAPP AP Intg Ant FCC Cfg Part # CON-SNT-LAP1131A 3. Five (5) ea SW APP SUPP + UPGR WCS Base License for 50 APs Part # CON-SAU-WCSAB50 4. One hundred twenty (120) ea Neoware e100 Xpe Laptop Terminal, Includes nylon carrying case Part # M100 5. One hundred twenty (120) ea Extended Base Unit Warranty - Two Years - A hardware maintenance program that extends the original warranty for a two year term, up to a total of 5 years from the date of invoice. Part # EXTWAR-2 6. Sixty One (61) Engineering Services Part # STAR-0055A The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contra ctors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offer which is both techn ically acceptable and shows satisfactory past pe rformance. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Inst ructions to Offerors-Commercial Items (Jan 2005); provision 52.212-2 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR clause 52.212-5 (Dev), Contract Terms and Condition s Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ. Point of Contact: Brandy L. Kloock at 503-584-3769 Quotations can be mailed to USPFO for Oregon, ATTN: USPFO-P, PO Box 14350, 1776 Militia Way SE, Salem, OR 97309-5047, FAX to 503-584-3771 or emailed to brandy.kloock@ng.army.mil
- Place of Performance
- Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
- Zip Code: 97309-5008
- Country: US
- Zip Code: 97309-5008
- Record
- SN01115575-W 20060817/060815221336 (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 |