Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

70 -- Replacement of Cisco Network Equipment

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DCAA-C07-185(7-041)
 
Response Due
9/23/2007
 
Archive Date
10/8/2007
 
Point of Contact
Peter Joyce, Contract Specialist, Phone 614-693-1951, - Darla Renee Wood, Division Chief, MCA, Phone 614-693-0291, Fax 614-693-5674,
 
E-Mail Address
peter.joyce@dfas.mil, darla.wood@dfas.mil
 
Description
ATTACHMENTS APPLY. INTERESTED OFFERORS MUST CONTACT PETE JOYCE at 614-693-1951 or peter.joyce@dfas.mil FOR COPIES FOR ATTACHMENTS AND DOCUMENTS TO PROVIDE AN OFFER. 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 solicitation number DCAA-C07-185/7-041: The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-19, Effective July 2007. This requirement is Unrestricted. The NAICS code is 334210 and the small business size standard is 500 employees. 1.0 BACKGROUND: The purpose of this acquisition is to purchase Cisco network equipment through a combination of current fiscal year funding and also through a trade-in credit for existing Cisco components. This credit will be used towards the purchase of new hardware needed to upgrade the Agency?s network as the transition to the GSA Networx contract moves forward. New equipment will be shipped to the DCAA Network Operations office where the IT staff will configure the new equipment and then ship equipment to each office. Once the new equipment arrives at an office, the old equipment will be disconnected and the new equipment installed. The equipment, routers and switches contain no data, so there is no sanitization process to be conducted. Once the old router is disconnected, it will be shipped directly to Cisco. 2.0 SCOPE: The contractor is required to provide the entire product list of equipment under this solicitation. In addition, the contractor is required to assist the coordination of return of the trade-in equipment to Cisco. Due to security requirements the DCAA IT staff will configure the new equipment. 3.0 OBJECTIVE: The objective of this project is to allow for the purchase of new hardware needed to upgrade the Agency?s network as the transition to the GSA Networx contract moves forward. 4.0 TASKS: The contractor is required to provide equipment listed on the attachments and may be required to assist in the coordination of return of trade-in equipment to Cisco. 5.0 DELIVERABLES: Items 0001 thru 0113 as listed on the attachment. As noted this requirement is separated into two groups (CLINs) due to application and associated funding types. One group, of Procurement Fund items, (product associated with the new Lan network) is consolidated under CLIN 0001. The other group, O&M Fund items (current equipment) is consolidated under CLIN 0002. 6.0 PLACE OF PERFORMANCE/DELIVERY POC: DCAA Ft. Belvoir Attn: Eric Weber 8725 John J. Kingman Rd. Suite 2135 Ft. Belvoir, VA 22060-6219 7.0 GOVERNMENT FURNISHED RESOURCES AND FACILITIES: 7.1 No GFP or GFM is required for this procurement. 7.2 DCAA Contracting Officer?s Representative (COR) for this task, or designated alternate, will be available as needed for the period of performance. The COR will be able to coordinate delivery of product and return of trade-in equipment for the Contractor. 7.3 The contractor shall not disclose or release to other than government authorized persons or activities, the content of any government software, procedures, or information provided to the contractor. 8.0 GOVERNMENT FACILITY ENTRANCE. All shipments should be marked for delivery inside the premises, or the driver/delivery personnel must give 24 hours notice prior to delivery to allow DCAA to arrange for assistance for off-loading and coordinate receipt of product. Partial Deliveries are acceptable. Partial billings are NOT acceptable. Any contractor personnel or any representative of the contractor entering any government facility or government leased facility shall abide by all security regulation and be subject to security checks. When security access is required the contractor will abide by that facility regulations and procedures for entry. Please contact the COR to coordinate entry to the Government facility. 9.0 ADMINISTRATIVE CONSIDERATIONS: The Government COR address is as listed below: DCAA Ft. Belvoir Attn: Mark Simon 8725 John J. Kingman Rd. Suite 2135 Ft. Belvoir, VA 22060-6219 Mark.Simon@dcaa.mil 703-767-1005 Attachments: Attachment 1: Trade-In Product List and Valuation, is separately provided upon request. Attachment 2: New Equipment List (2 pages/tabs), is separately provided upon request.
 
Place of Performance
Address: Defense Contract Audit Agency, ATTN: Eric Weber, 8725 John J. Kingman Road, Suite 2135, Fort Belvoir, VA
Zip Code: 22060-6219
Country: UNITED STATES
 
Record
SN01406363-W 20070915/070913223303 (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.