SOLICITATION NOTICE
70 -- CISCO Load Balancer
- Notice Date
- 7/31/2009
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- ITES0004-09
- Archive Date
- 8/3/2009
- Point of Contact
- Bess A Goodman, Phone: 314-496-7151
- E-Mail Address
-
bess.goodman@disa.mil
(bess.goodman@disa.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W91QUZ-07-D-0009-WK11
- Award Date
- 7/20/2009
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c). JUSTIFICATION 1. Agency and Contracting Activity. The acquiring activity is the United States European Command J6 Directorate in Stuttgart, Germany. The procuring activity is DITCO-Eurpoe/PL512, Building 143, Sembach-Heuberg, Germany. This document is a justification for other than full and open competition. 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. 2. Nature/Description of Action(s): The proposed contractual action is for other than full and open competition based on 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. Request approval to solicit, negotiate, and award a contract to resellers of CISCO Load Balancers. A firm-fixed price commercial item type contract is planned and will be issued. 3. Description of Supplies/Services: ACE20-MOD-K9= Application Control Engine 20 Hardware 2 SC6K-3.0.0A16-ACE ACE 3.0.0A1(6) Software Release 2 ACE-04G-LIC Application Control Engine (ACE) 4Gbps License 2 ACE-VIRT-020 Application Control Engine Virtualization 20 Contexts 1 ACE-SSL-10K-K9 Application Control Engine SSL License, 10000 TPS 1 CON-SNT-ACE20MOD SMARTNET 8X5XNBD Application Control 2 WS-C4948-E Catalyst 4948, ES s/w, 48-Port 10/100/1000+4 SFP, 1 AC p/s 4 CAB-US515-C15-US NEMA 5-15 to IEC-C15 8ft US 8 PWR-C49-300AC/2 Catalyst 4948 300-Watt AC Power Supply Redundant 4 PWR-C49-300AC Catalyst 4948 300-Watt AC Power Supply 4 S49ES-12246SG Cisco CAT4900 IOS ENTERPRISE SERVICES W/O CRYPTO 4 CON-SNT-WSC4948E SMARTNET 8X5XNBD C4948, ES s/w 48 Pt SFP 1 AC p/s 4 4. Identification of Statutory Authority: 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description 5. Demonstration of Contractor's Unique Qualifications: This procurement is for a CISCO Load Balancer which balances the loads on switches. Load balancing prevents network switches from being overwhelmed and thereby message traffic is balanced and speed is optimized. Operators, and users are currently trained to operate and maintain CISCO therefore USEUCOM has base lines it's network configuration with CISCO products. Cisco can provide a network load balancer that can be feasibly managed without increasing administrative overhead and hardware maintenance cost. Enterprise management tools, hardware maintenance, security update tools & processes, auditing tools, and asset management of network devices are designed to support Cisco. Any other brand of network component would increase the Total Cost of Ownership by introducing a device that would require additional administrative overhead to manage/maintain. Currently USEUCOM has approximately $ invested in CISCO hardware, using another hardware element could potentially triple our investment since new accreditation, training, and replacement of all hardware would be required. The use of another brand name would introduce an unacceptable level of risk to the USEUCOM network since our network operations rely on seamless hardware compatibility. We can not jeopardize on-line collaboration, VTC capability, and command and control of forces by purchasing incompatible equipment. The purchase of a CISCO load balancer provides the most cost effective technology that meets the needs of USEUCOM, by not increasing administrative overhead and hardware maintenance cost; thus, maximizing the value and minimizing risks of this IT investment. 6. FedBizOpps Announcement/Potential Sources: The synopsis will be combined with the solicitation in accordance with FAR part 12. All responsive offerors will be considered. 7. Determination of Fair and Reasonable Cost: The Contracting Officer will compete the requirement with resellers of Symantec software to ensure prices are fair and reasonable. 8. Description of Market Research: The market research consisted of our technical experts speaking with different vendors that support this particular product and requesting cost estimates. 9. Any Other Supporting Facts: None. 10. Listing of Interested Sources: There are multiple resellers of Cisco Load Balancers to include CISCO, and IDI and INX. 11. Actions Taken to Remove Barriers to Competition: United States European Command J6 Directorate in Stuttgart must remain with the Cisco product line to ensure continuity, compatibility, reliability, and consistency. Competition is limited to multiple resellers of Cisco hardware. 12. Statement of Period of Performance and/or Delivery Schedule: Anticipated delivery time is 30 days. 13. Reference to the Approved Acquisition Plan (AP) N/A. AP not required. TECHNICAL AND REQUIREMENTS CERTIFICATION (FAR Subpart 6.303-1(b) and DARS Subpart 6.303-1(b)) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. TECHNICAL COGNIZANCE: Signature:___________________________________________________ Mary Ann Center 12 Mar 2009 REQUIREMENTS COGNIZANCE: Signature: _____________________________________________________ Karen Hendricks 12 Mar 2009 CONTRACTING OFFICER CERTIFICATION (FAR Subparts 6.303-1(a), 6.303-2(a) (12)) I certify that this justification is accurate and complete to the best of my knowledge and belief. Since this effort exceeds $100K but does not exceed $550K, this certification serves as APPROVAL (FAR Subpart 6.304(a) (1)).") Signature: ___Bess Goodman signed_________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/ITES0004-09/listing.html)
- Place of Performance
- Address: Non-U.S., Germany
- Record
- SN01896059-W 20090802/090801001539-396f713a697b8fb70df0466c8d3a68c1 (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 |