Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2007 FBO #2126
SOLICITATION NOTICE

70 -- BRAND NAME OR EQUAL FOUNDRY SWITCHES

Notice Date
9/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375, UNITED STATES
 
ZIP Code
09136-5375
 
Solicitation Number
Reference-Number-MIPR7LFOUNDRY2
 
Response Due
9/25/2007
 
Archive Date
10/10/2007
 
Point of Contact
Tiffany Boatwright , Contract Specialist, Phone 496302-922728, Fax 4963029227512, - Tiffany Boatwright , Contract Specialist, Phone 496302-922728, Fax 4963029227512,
 
E-Mail Address
tiffany.boatwright@disa.mil, tiffany.boatwright@disa.mil
 
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; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization, Unit 4235 Box 143, APO AE 09142 or Heuberg 143, Sembach Germany 67681. Solicitation/reference number MIPR7LSDG07026 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 06-19 and Defense Acquisition Circular 91-13. The requirement is a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. The proposed acquisition will require the contractor to provide brand name or equal Foundry switches equipment. The contract will consist of two (2) line items: CLINs 0001 thru 0002 as follows: CLIN 0001 Quantity/Unit of issue: One (1) lot; Description: Foundry Equipment, Brand Name or Equal; CLIN 0002 Quantity/Unit of issue: One (1) Lot; Description: Shipping; F.O.B. Destination to: US Postal System Address: USAG Schweinfurt CMR 457, APO AE 09033 OR German Postal Address: USAG Schweinfurt, Niederwerrner Str. Conn ANNEX Bldg. 7, 97421 Schweinfurt, no later than 30 days after receipt of order (ARO) unless otherwise detailed on the quotation. Any variation to the requested delivery date shall be provided as the number of days after receipt of order with quote. Contractor shall quote all items or none. No Split awards will be made. Partial Payments and partial shipments are NOT authorized. The minimum requirements are as follows: Brand Name or Equal Foundry Switches as follows: MFR P/N Description Quantity Unit FGS648P-POE Foundry FastIron, 44-port 10/100/1000 802.3af, 4-port Combo to support 10/100/1000 Mbps (RJ-45) or 100/1000 SFP, 1-port XFP 10 Gigabit Ethernet, optional 1- or 2-port 10-GbE Expansion slot, and 1 AC power supply. Switching Performance: 216 Gbps Forwarding Performance: 202 Mpps 10/100/1000 Port Density: 48 with 4-port Combo 10/100/1000 PoE Density with 15.4W Each: 48(2PSU) 100/1000 Mbps SFP Density: 4 Combo Ports 10-Gigabit Ethernet: 2 100 Mbps Optics: 100FX and 100Base-BX Gigabit Ethernet Optics: SX,SX2,LX,LHA,LHB,1000Base-BX,and CWDM 10-Gigabit Ethernet Optics: SR,LR,ER,ZR,and ZRD AC Power Supply: Yes Power Supply Redundancy: 1 + 1 Load Sharing 16 EA RPS-FGS 600W, AC Power Supply for FGS648P-POE (second PS) 16 EA FI-SX1-4-AC FastIron Suprex Chassis, Interface slots: 8 Backplane Switching Capacity: 510 Gbps Data Switching Capacity: 408 Gbps Packet Forwarding Capacity: 304 Mpps Management Processor: 400MHz (M1) 466MHz (M2) Memory: 256MB (M1) 512MB (M2) PORT DENSITY 100BaseFX: 192 1000BaseT,10/100/1000 Mbps (RJ-45): 204 IEEE 802.3af Class 3 10/100/1000 Mbps: 192 IEEE 802.3af Class 3 10/100/1000 Mbps with N+1 PoE power redundancy: 140 1000BaseX Ports (SFP) 204 10GBaseX Ports (XFP) 16 POWER SUPPLY REDUNDANCY System Power N+1 PoE Power N+1 3 EA SX-ACPWR-SYS 90-240 VAC Power Supply Suprec System 3 EA SX-ACPWR2500POE FSX 2500W 220V POE PS for Fastiron Super X FI-SX1-84GC-AC 6 EA SX-FI12GM-4 FastIron SuperX Management Module 1 with 12-Combo copper / fiber Gigabit Ethernet ports (10/100/1000 Mbps (RJ-45) or Gigabit Ethernet Fiber (SFP) connectivity per port), 400MHz processor and 256MB SDRAM 3 EA SX-FI424P FISX 24-port POE Copper 12 EA E1MG-LX 1000Base-LX Mini-GBIC Optic, MMF, LC Connector 19 EA E1MG-SX 1000Base-SX Mini-GBIC Optic, MMF, LC Connector 19 EA The Government also requires the following: 1. Switches shall be TIC approved POE devices. 2. European power cords for all power supplies. 3. The device shall be able to be fully managed by Foundry IronView Network Manager (INM). Fully managed means every function the INM performs on Foundry switches can be performed on the proposed switch without loss of functionality. 4. If the device cannot be fully managed by INM, the vendor shall propose an alternate network management tool that meets the following requirements: ? Performs configuration management, firmware, software, security, and IOS updates ? Multilevel access security for console access ? System-wide, automated closed-loop threat detection and mitigation solution ? Secure, Web-based management ? Terminal Access Controller Access Control Systems (TACACS/TACACS+) and RADIUS operator authentication ? Secure Shell (SSHv2), SCP, and SNMPv3 secure remote management access and communications ? MAC filters, Layer 3 /Layer 4 ACLs and binding the ACL to TELNET, Web management and SNMP interface for secure management access ? IEEE 802.1x authentication including multiple device authentication and dynamic VLAN, ACL, and MAC filter assignment for authenticated clients ? Private VLANs provide security and isolation between switch ports to help ensure that users cannot snoop on other users' traffic ? Denial of Service Protection - Monitoring, throttling, and locking out of ICMP and TCP SYN traffic both to the management address of the switch and for transit traffic 5. General Specifications for all Ethernet Switches: ? Interoperable with Iron View Network Manager (INM) Embedded SFlow PoE upgradeable 'in the field' ? PoE device auto-detection. ? 1+1 power redundancy, hot-swappable and field replaceable power supplies. ? Support hardware based IPv6 ? Manageable via IPv6 ? Internal AC, DC or AC and DC combined power options Advanced QoS controls: Physical port - Source/destination MAC - 802.1p priority bit - Source/destination IP - ToS - DSCP - TCP/UDP port ? Flexible queue servicing: - 8 hardware queues - WRR - SP - Hybrid SP/WRR ? Dynamic voice traffic assignment to operator specified VLAN Advanced bandwidth management and security capabilities: - Ingress (via ACLs) and egress rate limiting (per port, per queue) - DoS protection - 802.1x w/multi-device authentication and dynamic VLAN assignment - MAC filters - Standard and Extended ACLs - Port mirroring - Embedded sFlow sampling 6. A 3 year support agreement consisting of at least the following: - Unlimited 24 X 7 X 365 live telephone/email/web access to manufacture?s technology experts. - Access to manufactures support site - Software updates and upgrades - No charge hardware repair - Critical information 24 hours a day - Venue for making non time-sensitive queries 7. If proposing other than Foundry switches, include a price for cost for training on vendor specific functional aspects of switches and configuration management software/tools. The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers? Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.222-3 Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts and Compliance Reports, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 252.212-7000 Alt III, Offeror Representations and Certifications ? Commercial Items, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.229-7002, Customs Exemptions (Germany), 252.247-7023, Transportation of Supplies by Sea, DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 52.212-2, Evaluation ? Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Delivery, Price, and Past Performance. All factors are of equal importance and the Government will award to the Contractor having the most advantageous quote to the Government solely at the Government's discretion. TECHNICAL CAPABILITY: Please provide commercial brochures/literature for the required product and a copy of the commercial warranty that illustrates all technical requirements/specifications as provided herein are being met. Documentation shall also include information on the equal products ability to be fully managed by Foundry IronView Network Manager (INM). Documentation verifying TIC approved status for equal equipment. All documentation as detailed in Clause 52.211-6, Brand Name or Equal DELIVERY: The quotation will be evaluated on the best delivery date, after receipt of a written purchase order, provided the units otherwise meet all technical requirements. PRICE: Prices shall be Firm Fixed Price. Please indicate if any GSA Schedule and/or any other discounts are applied. Pricing shall include FOB Destination. PAST PERFORMANCE: Please provide a copy of two recent purchase orders or sales orders for same or similar products sold to the Department of Defense. Include a point of contact and phone number for each purchase or sales order record provided. This information may be evaluated for successful past performance information obtained from prior customers in terms of meeting all requirements, delivering on time, following up with problems under warranty, etc. The Government reserves the right to obtain prior Past Performance information other than from the sources provided with the quotations, if deemed necessary by the Contracting Officer. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; 52.211-6 Brand Name or Equal. BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. Additional local clauses apply: 52.204-9000, Contract/Order Closeout?Fixed-Price, Time-and-Materials, or Labor-Hours. 52.204-9001, Points of Contact. All equipment proposed shall be new, original equipment. Refurbished equipment will not be acceptable. Quotations are due no later than 1000 EST 25 September 2007. Fax or email your proposals to DITCO/PL512, Attn: Tiffany C Boatwright, Tiffany.Boatwright@disa.mil or PL512@disa.mil, Unit 4235 Box 143, APO AE 09142 Fax Number: 49+ 63029227512. Oral proposals are not acceptable. All FAR/DFAR clauses can be obtained at www.far.npr.gov & http://farsite.hill.af.mil/VFFARa.htm). Local clauses can be found in the DISA Acquisition Regulations Supplement (DARS) at http://www.ditco.disa.mil/hq/aqinfo.asp. No numbered notes apply. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DISA/D4AD/DTE/Reference-Number-MIPR7LFOUNDRY2/listing.html)
 
Place of Performance
Address: USAG Schweinfurt Niederwerrner Str. Conn ANNEX Bldg. 7, Schweinfurt
Zip Code: 97421
Country: GERMANY
 
Record
SN01413078-F 20070922/070921081016 (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.