Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2006 FBO #1741
SOLICITATION NOTICE

70 -- Combined Sysnopsis PR 06-Q-0028 Cisco Tactical Network System

Notice Date
8/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-06-Q-0028
 
Response Due
9/11/2006
 
Archive Date
11/10/2006
 
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. This is a combined synopsis/solicitation for the purchase of 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 solicita tion. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-06-Q-0028 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect th rough Federal Acquisition Circular 2005-12 and DCN 20060814. This requirement is 100 percent Small Business Setaside witth a NAICS Code of 541519, and a size standard of $23.9M. The description of the commercial item is for Cisco Network system and reads a s follows: CLIN 0001-0030, ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 EA CON-SNT-C6509FWM CON-SNT-C6509SMARTNET 8X5XNBD 6509 Firewall Security sys ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 EA CON-SNT-WS-FWM1K9 8X5XNBD Svc, Firewall blade for Catalyst 6500 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 3 EA 3825 with Nam for network sniffing, voice license for VOIP 3825 V3PN BDLE W/AIMVPN,PVDM2-64,CCME-168,ADVIPSVC,64F/256D ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 3 EA MAX-28/38-FLASH-BN Maxium Compact and USB Flash ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 3 EA VIC2-4FXO Four-port Voice Interface Card-FXO(Universal) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 3 EA CON-SNT-3825V3PN SNT 8X5XNBD+SAU 3825 V3PN Bundle ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1 EA NM-NAM= Cisco Network Analysis Module(NAM)for Branch Routers ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 5 EA WS-C3750-48PS-E Catalyst 3750 48 10/100 PoE + 4 SFP Enhanced Image ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 5 EA CON-SNT-375048PE SMARTNET 8X5XNBD Catalyst 3750 48 10/ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 30 EA WS-C3750-48PS-S Catalyst 3750 48 10/100 PoE + 4 SEP Standard Image ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 30 EA CON-SNT-375048PS SMARTNET 8X5XNBD Catalyst 3750 48 10/ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 1 EA 6509 Version of Core switch with FWSM,IPS and NAM Module WS-C6509-E-FWM-K9-Cisco Catalyst 6509E Firewall Security System ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 1 EA WS-SUP720-3B Catalyst 6500/Cisco 7600 Supervisor 720 Fabric MSFC3 PFC3B ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 1 EA WS-X6748-GE-TX Cat6500 48-port 10/100/1000 GE Mod:fabric enabled,RJ-45 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 1 EA WS-X6724-SFP Catalyst 6500 24-port GigE Mod:fabric-enabled(Reg.SFPs) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 10 EA GLC-LH-SM GE SFP,LC connector LX/LH transceiver ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0017 1 EA WS-SVC-IDS2-BUN-K9 600M IDSM-2 Mod for Cat ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0018 2 EA WS-CAC-6000W Cat6500 6000W AC Power Supply ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0019 1 EA CCA-3140-H1 NAC Appliance-Clean Access HW Only ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0020 1 EA CCA-MGR-K9 NAC App-Clean Access Mgr SW-max 20 Servers ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0021 1 EA CON-SNT-CCA3140H SMARTNET 8X5XNBD Clean Access HW ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0022 1 EA CCA-SVR-100-K9 NAC Appliance-Clean Access Server SW(100 users) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0023 1 EA CCA-3240-H1 NAC Appliance-Clean Access HW Only ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0024 1 EA CON-SNT-CCA3140H SMARTNET 8X5XNBD Clean Access HW ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0025 1 EA SP-SAU-CCAMGR SASU-Cisco Clean Access SmartManager SW ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0026 1 EA SP-SAU-CCA100 SP SAU NAC Appliance-Clean ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0027 2 EA CP-7936 IP Conf Station w external mic ports ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0028 2 EA SW-CCM-UL-7936 User License for 7936 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0029 2 EA CP-WR-CORD-NA 7900 Series Transformer Power Cord, North America ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0030 2 EA CON-SNT-CP7936 SMARTNET 8X5XNBD IP Conf.Station w e Delivery time shall be no later than October 13, 2006 to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination. The selection resulting from this request for quotations will be made o n the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the -Request for Quotes- tab and the forms listed under this combined synopsis/solicitation number). Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter. Also, paragraphs (g) and (h) of FAR 52.212-1 are deleted. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Identif ication of Contractors Employees  Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior no tice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Acce ss Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding fe deral holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor sh ould anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concret e or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On we ekends large vehicles (needing greater than 12'-5in clearance) will require a time stamped searched- label to gain access to North Fort Lewis. Searched- labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5in in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a -searched- label. The Contractor shall ensure that its drivers, i ncluding drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate . All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate P rogram is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only t hrough the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer.- Local clause 52.111-4132 states: -a. Each employee who requires access to Fort Lewis to pe rform work under any contract, at any tier, must obtain either a fast access identification badge or a visitors pass to obtain access to Fort Lewis. A fast access identification badge will only be issued to an employee, at any tier, if the employee requi res access to Fort Lewis more than twice per week. Contractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Access Gate Program shall obtain a visitors pass at the Main (Libert y) Gate or the Logistics Center Gate (or the DuPont Gate when the Logistics Center Gate is closed). The visitors pass will be issued for a maximum of 30 days at a time. A fast access identification badge will only be issued to contractor employees if th e contractor participates in the Fast Access Gate Program. The Fast Access Gate Program is a voluntary program. b. The contractor shall provide information as required by the Fast Access Gate Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check (CHBC) on contractor employees who are to have access to Fort Lewis. The contractor is responsible for paying the FAGPC any s et-up fee and the fee per employee for conducting the CHBC and issuing the fast access identification card. If the CHBC is not adverse, a fast access identification badge will be issued by the FAGPC to the contractor employee. If the CHBC is adverse, the FAGPC is prohibited from issuing a fast access identification badge to the contractor employee. If a fast access identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however , if the contractor employee does not meet the criteria for being issued a fast access identification badge, the Government may, in its sole discretion, decide not to issue a visitors pass to the contractor employee. c. If an employee no longer needs an identification badge for any reason (e.g., quits his/her job or no longer performs work under the contract), the contractor shall return the identification badge to the FAGPC within two (2) calendar days of such change. If the identification badge cannot be returned within the required time frame for any reason, the contractor shall immediately notify both the FAGPC and the Contracting Officer verbally, followed up in writing the next work day. An employees inability to obtain entrance to a Government i nstallation because he/she does not have the required identification badge or visitors pass shall not excuse timely performance of the requirements of this contract. The FAGPC or the Government may change the location at which identification badges are i ssued or returned, with or without advance notice to the contractor. Any such changes shall not be a basis for adjusting the contract price under any clause of this contract. d. Fast access identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an employees identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the day such l oss, theft, or reproduction is discovered, followed by a written report of the circumstances to both the FAGPC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor employee shall wear the fast access identification badge while performing work under the contract. The identification badge shall be worn on the upper front of the outer garment unless precluded by OSHA regulation(s). The identification badge shall not be used for acc ess to any Government installation except for performance of work under the contract for which it was issued. f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAGPC. The fi nal invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. g. If the Fast Access Gate Program is terminated for any reason, the contractor w ill be notified by the Contracting Officer as to whether the fast access identification cards will remain valid (and, if so, for how long) and which gate(s) may be used for access to the installation.- Local clause 52.111-4004 states: -In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail.- Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Condit ions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement S tatutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-3 6, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluat e equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. Vendor shall certify that it is a Manufacturer Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless other wise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance w ith all applicable laws and policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quote r shall provide the brand name product referenced in the solicitation. The minimum salient characteristics are: As described in CLIN 0001-0030. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicab le to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. Telephonic or email inquires will be accepted, contact Major Kermit Brown at 253- 966-7932 or kermit.brown@us.army.mil, reference this combined synopsis 06-Q-0028 Tactical Network Cisco. Quotes are due on September 11, 2006 at 7:00 A.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to MAJ Kermit Brown kermit.brown@us.army.mil. Quoters must be registered in the Central Contractor Registration database at ww w.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. Federal Business Opportunities. Numbered note 1 (one) applies to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01131539-W 20060902/060831221423 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.