Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2009 FBO #2767
SOLICITATION NOTICE

59 -- Voice Data Security

Notice Date
6/22/2009
 
Notice Type
Presolicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
MCON-E00209IQ00046-WG
 
Archive Date
8/6/2009
 
Point of Contact
Wayne D Greene, Phone: 202-619-2339, Herman P Shaw, Phone: 202-205-8412
 
E-Mail Address
wgreene@bbg.gov, hshaw@bbg.gov
(wgreene@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
The Broadcasting Board of Governors/ International Broadcasting Bureau (BBG/IBB), Office of Contracts, has a requirement to procure the below listed items. The following constitutes both the synopsis and solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplement with additional information included in this notice. This announcement constitutes the only solicitation; written proposals are herein being requested, and a separate solicitation will not be issued. (ii) The solicitation number for this procurement is MCON-E00209IQ00046-WG and this solicitation is issued as a Request For Quotation (RFQ). (iii) Incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-32, Title 48, March 31, 2009. (iv) The Contracting Officer has found and determined that this procurement is appropriate for an "unrestricted" procurement from all responsible sources pursuant to FAR Subpart 19.502. The North America Industry Classification System Code (NAICS) is 334210 and the small business size standard is 1000 employees. (v) The following contract line items will be procured. needed to upgrade the existing routers to support FISMA requirements for IPv6 and advanced security features that are not available on our existing routers installed at the Relay Stations. Item (1) No. 1029564, Cisco 2621 Voice Security Bundle w/PVDM2-32, Mfg. No. C1C-C2821-VSEC-CCME/K9. Qty: 11 each; (2) Item No. 952372, Cisco 256 to 512 MB DDR, DRAM Factory Upgrade, Mfg. No. CIS-MEM2821-256U512D. Qty: 11; (3) Item No. 566938, Cisco 3600 SER 2PT Voice I/F Card, Mfg. No. CIS-VIC2-2E/M. Qty: 11; (4) Item No. 591610, Cisco 2PT Voice I/F-Card FXS, Mfg. No. CS2-VIC2-2FXS. Qty: 11; (5) Item No. 1553983, Cisco 2 PT WAN SER Module IF Card, Mfg. No. CIS-HWIC-2T. Qty: 11; (6) Item No. 263460, Cisco 10FT Cable DTE RS449M for 2600, Mfg. No. CS2-CAB-SS-449MT. Qty: 11; (7) Item No. 721976, Cisco 2821/51 AC Power Supply, Mfg. No. CIS-PWR-2821-51-AC. Qty: 11; (8) Item No. 542185. Cisco 4PT Voice Interface Card FXO, Mfg. No. C1C-VIC2-4FX0. Qty: 11; (9) Item No. 944830, Cisco IP Phone 7911G, (Phone Comes with the License for CCME), Mfg. No. CS2-CP-7911G-CH1, Qty: 11; (10) Item No. 575005, Cisco 7914 IP Phone Expansion Module, Mfg. No. CS2-CP-7914. Qty: 11; (11) Item No. 527342, Cisco IP Single Module Footstand, Mfg. No. CS2-CP-Sing1Footstand. Qty 11; (12) Item No. 853156, Cisco IP Phone Power Transformer, Mfg. No. CS2-CP-PWR-CUBE-3. Qty 11; (13) Item No. 260476, Cisco IP 7900 Series Transformer PC, Mfg. No. CS2-CP-PWR-CORD-NA. Qty: 11; (14) Item No. 1339937, Cisco Unified IP Phone 7942. Qty: 11; (15) Item No. WS-C3560-48PS-S, Catalyst 3560 48 10/100 PoE + 4 SFP IPB Image. Qty: 11. (vi) These items will be deployed to Agency transmitting stations.. (vii) Items to be shipped FOB Destination to International Broadcasting Bureau, Office of Engineering Technology, 330 Independence Avenue, S.W., Washington, D.C. 20237. Delivery required: 30 Days ARO. (viii) The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, is incorporated by reference. (1) Price quotations submitted in response to this RFQ that exceed the Simplified Acquisition Threshold (as specified in FAR Subpart 2.101, Definitions) will not be considered as responsive to this RFQ. (2) Offerors are reminded to submit their DUNS Number with their price quotation. (ix) FAR 52.212-2, Evaluation - Commercial Items, The Government will award a firm-fixed price Contract (i.e. purchase order) resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government based on price. (x) Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. (xi) The FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition -with no addenda to the clause. (xii) FAR Clause 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33; Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. (46 U.S.C. 1241 (b). (xiii) The following FAR clause are also applicable to this acquisition: 52.222-22, Previous Contracts and Compliance Reports and 52.247-34, F.O.B. Destination. There are no additional contract requirement (s) or terms and conditions (such as contract financing arrangements or warranty requirements necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) No Numbered Notes applies to this acquisition. (xvi) Offers are due 2:00 PM, Wednesday, June 22, 2009 and they shall reference RFQ NO. MCON-E00209IQ00046-WG. Price Quotations may be sent via either facsimile to (202) 382-7870; e-mail to wgreene@bbg.gov, Attn: Wayne Greene. Offerors responding to this RFQ shall submit to the above-listed Contract Specialist the following information by mail, facsimile, or e-mail, as part of their quotation: unit and extended price for the above-listed items, prompt payment terms, correct remittance address if different from the offerors mailing address, and a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Oral price quotations will not be accepted for this acquisition. (xvii) Any questions related to this proposed procurement shall be submitted in writing directly and only to the Contract Specialist, Wayne Greene NLT July 2, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/MCON-E00209IQ00046-WG/listing.html)
 
Record
SN01852354-W 20090624/090622235814-7e3e20676cef371083fa8b055d477757 (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.