Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2008 FBO #2452
SOLICITATION NOTICE

70 -- Cisco Smartnet Maintenance for the Idaho Army National Guard

Notice Date
8/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Idaho, USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J708T0017
 
Response Due
8/19/2008
 
Archive Date
10/18/2008
 
Point of Contact
Sandra Snediker, 2082724602<br />
 
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. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Quote (RFQ) number W912J7-08-T-0017. All quotes shall reference the RFQ number and shall be submitted by 4:00 P.M. local time on 19 August 2008. The anticipated award date is 26 August 2008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26 dated 12 June 2008. This solicitation will be issued under Full and Open Competition. The North American Industry Classification system code (NAICS) is 811212 size standard of 23.0 million, there is no set-aside. The Idaho Army National Guard wishes to acquire CISCO SmartNet maintenance support for one base year with four options years in accordance with the following statement of work. STATEMENT OF WORK Cisco Maintenance IDAHO ARMY NATIONAL GUARD 06 August 2008 SW-01 SMARTnet 8x5xNBD (SNT): Cisco services to provide full time access to the Cisco Technical Assistance Center, access to Cisco knowledge base and tools, next day hardware replacement, ongoing operating system software updates and upgrades, proactive diagnostics and real time alerts. Technical support engineer available 24x 7 and advance hardware replacement is available 8 hours per day (delivering the replacement hardware during normal business day), 5 days a week with next business day delivery. Points of Contact: MAJ Tom Kelly 208-272-3700, 208-794-5587 thomas.j.kelly@us.army.mil or LTC Ken Markwell. 208-272-3711, 208-794-5911 kj.markwell@us.army.mil Current Equipment List and Location: C7206VXR/ NPE-G2Bldg 669, 4200 W. Ellsworth Street, Boise, ID 83705 WS-C6513Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 WS-C6513Bldg 669, 4200 W. Ellsworth Street, Boise, ID 83705 AIR-LOC2710-L-K9Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 WS-SVC-FWM-1-K9=Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 WS-SVC-WISM-1-K9=Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 WS-SVC-WISM-1-K9=Bldg 669, 4200 W. Ellsworth Street, Boise, ID 83705 7206VXR/NPE-G2Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 AIR-LOC2710-L-K9Bldg 669, 4200 W. Ellsworth Street, Boise, ID 83705 NACMGR-40FB-K9Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 NAC3310-250FB-K9Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 NAC3350-1500FB-K9Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 NAC3350-CLT-FB-K9=Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 NAC3350-PROF-FB-K9Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 WS-SVC-NAM-1=Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 WS-SVC-FWM-1-K9=Bldg 669, 4200 W. Ellsworth Street, Boise, ID 83705 WS-SVC-NAM-2=Bldg 669, 4200 W. Ellsworth Street, Boise, ID 83705 SW-02 IPS Svc, AR NBD(SU1): Ensure that Cisco IPS product and the signature files used to protect the network stay current. Provide access to signature file library and new signature files for each registered Cisco IPS solution. Support for licensed operating system software for each registered Cisco IPS solution, software updates include maintenance, minor and major releases. Access to the Technical assistance Center 24 hours a day, seven days a week, registered access to Cisco.com and its online technical information, security knowledge base and service request management tools. Advanced replacement parts are delivered the next business day between 9 am and 5 pm. Points of Contact: MAJ Tom Kelly 208-272-3700, 208-794-5587 thomas.j.kelly@us.army.mil or LTC Ken Markwell. 208-272-3711, 208-794-5911 kj.markwell@us.army.mil Current Equipment List and Location: ASA5520-AIP20-K9Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 ASA5520-AIP20-K9Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 SW-03 IPS Svc, AR 8x5x4(SU2): Ensure that Cisco IPS product and the signature files used to protect the network stay current. Provide access to signature file library and new signature files for each registered Cisco IPS solution. Support for licensed operating system software for each registered Cisco IPS solution, software updates include maintenance, minor and major releases. Access to the Technical assistance Center 24 hours a day, seven days a week, registered access to Cisco.com and its online technical information, security knowledge base and service request management tools. Advanced replacement parts are delivered within four hours. Points of Contact: MAJ Tom Kelly 208-272-3700, 208-794-5587 thomas.j.kelly@us.army.mil or LTC Ken Markwell. 208-272-3711, 208-794-5911 kj.markwell@us.army.mil Current Equipment List and Location: WS-SVC-IDS2BUNK9=Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 WS-SVC-IDS2BUNK9=Bldg 669, 4200 W. Ellsworth Street, Boise, ID 83705 SW-04 SMARTnet Premium 24x7x4(SNTP): Cisco services to provide full time access to the Cisco Technical Assistance Center, access to Cisco knowledge base and tools, next day hardware replacement, ongoing operating system software updates and upgrades, proactive diagnostics and real time alerts. Technical support engineer available 24x 7 and advance hardware replacement is available 8 hours per day (delivering the replacement hardware during normal business day), 5 days a week with delivery in four hours. Points of Contact: MAJ Tom Kelly 208-272-3700, 208-794-5587 thomas.j.kelly@us.army.mil or LTC Ken Markwell. 208-272-3711, 208-794-5911 kj.markwell@us.army.mil Current Equipment List and Location: MCS-7835-H2-IPC1Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 MCS-7835-H2-IPC1Bldg 440, 3882 W. Ellsworth Street, Boise, ID 83705 Performance Evaluation: Performance evaluations will be based on response and timely repairs, knowledge of staff, ease of transactions and overall switch and peripherals maintenance throughout the year. Evaluations will be conducted by the points of contact prior to exercising any option year. The Government intends to award a contract to the offeror whose quote provides the best value to the Government. The Government will evaluate each quote on technical and price. Technical will be rated at a slightly higher rate than past performance, and when combined are approximately to price. The technical factor consists of the level of CISCO certification. Government will only accept offers from CISCO certified Gold Partners, Silver Partners or Premier Partners. Offerors must submit level of certification and supporting documentation with the quote. Offerors must submit two past performance references providing similar services with names, phone number, physical and email addresses. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The vendor shall submit individual pricing on each iteration for the base year and four option years. The following provisions and clauses will be incorporated into the solicitation by reference: 52.203-3 Gratuities APR 1984, 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995, 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000, 52.204-7 Central Contractor Registration JUL 2006, 52.212-1 Instructions to Offerors--Commercial Items NOV 2007, 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007, 52.219-3, 52.219-8 Utilization of Small Business Concerns MAY 2004, 52.219-14 Limitations On Subcontracting DEC 1996, 52.222-3 Convict Labor JUN 2003, 52.222-21 Prohibition Of Segregated Facilities FEB 1999, 52.222-26 Equal Opportunity MAR 2007, 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006, 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998, 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006, 52.222-41 Service Contract Act Of 1965 NOV 2007, 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) NOV 2006, 52.222-50 Combating Trafficking in Persons AUG 2007, 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006, 52.233-3 Protest After Award AUG 1996, 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country OCT 2006, 252.225-7012 Preference For Certain Domestic Commodities JAN 2007, 252.232-7010 Levies on Contract Payments DEC 2006, 252.243-7002 Requests for Equitable Adjustment MAR 1998, 252.247-7023 Transportation of Supplies by Sea MAY 2002, 52.212-3 Offeror Representations And Certifications--Commercial Items (Nov 2007) Alternate I (Apr 2002), 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Dec 2007), 52.219-28 Post-Award Small Business Program Representation (June 2007), 52.233-2 Service Of Protest (Sep 2006), 52.252-2 Clauses Incorporated By Reference (Feb 1998), 252.212-7000 Offeror Representations And Certifications- Commercial Items. (Jun 2005), 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Apr2007) (Deviation). Qualifying offers must be accompanied by the completed provisions 52.212-3 or a completed registration on the ORCA website. See paragraph I of 52.212-3 for instructions. The following additional clauses and provisions are added in full text. FAR 52.217-5 Evaluation Of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 Option To Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the last two months of the current period of performance. 52.217-9 Option To Extend The Term Of The Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within final two months of current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.232-19 Availability of Funds For The Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond 31 August 2009. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 31 August 2009, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Wage determination number is 2005-2159 and posted on www.wdol.gov. Sign and date your quote to Idaho Army National Guard, USPFO for Idaho, Purchasing and Contracting, Attn: CPT Sandra Snediker 3489 W. Harvard Street, Bldg 564, Boise Idaho 83705, at or before 4:00 PM 19 August 2008. Quotes submitted by email to CPT Snediker will be accepted. Any late quotes will not be accepted. For information regarding this solicitation contact CPT Sandra Snediker at Sandra.snediker@id.ngb.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2afc351f5181489aa723514258a6b534&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Idaho 3489 West Harvard Street, Boise ID<br />
Zip Code: 83705-6512<br />
 
Record
SN01636390-W 20080813/080811223151-2afc351f5181489aa723514258a6b534 (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.