Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2009 FBO #2623
SOLICITATION NOTICE

58 -- Network Access Switches

Notice Date
1/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 141 ARW/LGC, WASHINGTON AIR NATIONAL GUARD CONTRACTING OFFICE, 141 ARW/LGC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T8SR9006AC01
 
Response Due
2/10/2009
 
Archive Date
4/11/2009
 
Point of Contact
scott petrin, 509-247-7221<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for supplies 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. Reference number F6T8SR9006AC01 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This requirement is for the purchase of: Network Backbone Access switch requirement: QTY 2 EA This equipment is the core and foundation of our network and cannot be substituted or replaced with anything of inferior capability and quality. Items listed by brand name and part number are for reference. Items are mission critical. Substitute items must meet or exceed the referenced items. Send technical specifications of all quoted items with your respective proposals. 19 inch rack mount chassis based layer 2 Network Access Switch/ layer 3 capable - RFC3176 Embedded sFlow Packet Sampling on all ports for network traffic monitoring ; WIRESPEED PERFORMANCE ON ALL PORTS (no oversubscription); Minimum of 90 Ports of Hybrid Gig Fiber (100/1000) SFP based Fiber Ethernet module's; Scaleable to a minimum of 190 Ports; 90 Single Mode Fiber Optics GBIC's (E1MG-LX-OM) with Optical Monitoring Capabilities (power meter feature on each fiber) and LC connector type; Redundant, Hot-Swappable, Load-Sharing and Distributed power supplies for system & separate PoE power supply; Redundant, hot-swappable load sharing switch fabric modules; 3 Years of Support to include (unlimited 24x7x365 tech support, Next business day advance hardware replacement, software updates and upgrades) Layer 2/3 chassis based access switch with wire speed non blocking performance on all ports (no oversubscription).[a formula that assumes all ports are not used simultaneously, so the equipment cannot be used at 100% capability on all ports at once.] Full redundant and separate power busses for data and POE (power over Ethernet) within the same chassis. Integrated S-flow for enhanced security and traffic monitoring (provides ability to see and monitor network traffic for troubleshooting and security purposes). Individual line optical monitoring capability on each Gbics. [built in fiber optic monitoring capability simultaneously on every port, this monitors all fiber connections and enables baseline and trend analysis for fiber hardware and shows visible indications of equipment failure at early stages to prevent damage to more costly components.] Redundant hot swappable components. Modules are interchangeable to next higher assembly. The parts list below comprise one Access Switch, Two Access Switches are required. Part NumberProduct DescriptionQty. FI-SX800-1SF-ACFastIron SX 800 chassis bundle, which includes 1 AC power supply and 1 switch fabric.1 SX-FIZMRZero-port management module for the FastIron SX 800/1600. This module ships with advanced Layer 2 and Base Layer 3 IPv4 software images (Static routes and RIP advertisement). This module may be used in systems configured with either IPv4 or IPv6-ready lin1 SX-FISFSwitch Fabric Module for the FastIron SX 800 and the FastIron SX 1600. Two are required to ensure high performance and high availability.1 SX-FI424HF24-port 100/1000 SFP based Fiber Ethernet module for FastIron SuperX family4 SX-ACPWR-SYS90-240 VAC power supply for the FastIron SuperX family1 E1MG-LX-OM1000Base-LX SFP optic, SMF, LC Connector, Optical Monitoring Capable90 GOLD-FSX800TechNET GOLD Support, FastIron SX-8003 Delivery requirement: 30 days ARO, FOB Destination at McChord AFB WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. "FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting form 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: Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal., FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation " FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, " DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items " DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) " DFARS 252-225.7001, BAA - Balance of Payments Program " DFARS 252.225-7002, Qualifying Country Sources as Subcontractors " DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) " DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) " DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) " DFARS 252.246-7000, Material Inspection And Receiving Report Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 4:00 P.M. local time on 10 Feb 2009 to scott.petrin@wafair.ang.af.mil or 509-247-7221 FAX 509-247-7225
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b23784cd0de4266ca76c1a43d63b0b21&tab=core&_cview=1)
 
Place of Performance
Address: 141 ARW/LGC Washington Air National guard Contracting Office, 2 South Olympia Avenue Fairchild AFB WA<br />
Zip Code: 99011-9439<br />
 
Record
SN01740058-W 20090131/090129215034-b23784cd0de4266ca76c1a43d63b0b21 (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.