Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2009 FBO #2828
MODIFICATION

70 -- Network Switches

Notice Date
8/20/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N. Ft. Myer Drive, ARLINGTON, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1001902470
 
Response Due
8/21/2009
 
Archive Date
2/17/2010
 
Point of Contact
Name: Terry Lord, Title: Contract Specialist, Phone: 703-875-4801, Fax: 1111111111
 
E-Mail Address
lordtg@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1001902470. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 144082. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-08-21 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Cat4500 E-Series 6-Slot Chassis, fan, no ps. P/N#: WS-C4506-E, 2, EA; LI 002, Catalyst 4500 2800W AC Power Supply (Data and PoE). P/N#:PWR-C45-2800ACV, 2, EA; LI 003, Catalyst 4500 2800W AC Power Supply (Data and PoE). P/N#:PWR-C45-2800ACV/2, 2, EA; LI 004, Non-locking NEMA Cord for the 2800WAC PS. P/N#: CAB-AC-2800W-6-20, 4, EA; LI 005, Cisco CAT 4500E IOS Enterprise Services SSH. P/N#: S45EESK9-12250SG, 2, EA; LI 006, Catalyst 4900M Compact Flash, 128MG Option. P/N#: MEM-C4K-FLD128M, 2, EA; LI 007, Catalyst 4500 E-Series Sup 6-E, 2x10GE (X2) w/Twin Gig. P/N#:WS-X45-SUP6-E, 2, EA; LI 008, 10GBase-LRM X2 Module. P/N#:X2-10GB-LRM, 4, EA; LI 009, Catalyst 4500 48-Port 100Base-X (SFPs Optional). P/N#:CON-SNT-C4506E, 3, EA; LI 010, Catalyst 4500 E-Series 48-Port Po#+ Ready 10/100/1000(RJ45). P/N#: WS-X4448-GB-SFP=, 2, EA; LI 011, Smartnet 8X5XNBD CAT4500 E-Series 6-Slot Chassis, fan, no. P/N#: WS-X4648-RJ45V+E=, 2, EA; LI 012, GE SFP, LC connector SX transceiver. P/N#: GLC-SX-MM=, 104, EA; LI 013, 1000BASE-T-SFP. P/N#: GLC-T=, 40, EA; LI 014, Cat4500 E-Series 6-Slot Chassis, fan, no ps. P/N#: WS-C4506-E, 2, EA; LI 015, Catalyst 4500 2800W AC Power Supply (Data and PoE). P/N#: PWR-C45-2800ACV, 2, EA; LI 016, Catalyst 4500 2800W AC Power Supply (Data and PoE). P/N#: PWR-C45-2800ACV/2, 2, EA; LI 017, Non-locking NEMA Cord for the 2800WAC PS. P/N#:CAB-AC-2800W-6-20, 4, EA; LI 018, Cisco CAT4500E IOS ENTERPRISE SERVICES SSH. P/N#: S45EESK9-12250SG, 2, EA; LI 019, Catalyst 4900M Compact Flash, 128MB Option. P/N#: MEM-C4K-FLD128M, 2, EA; LI 020, Catalyst 4500 E-Series Sup 6-E, 2x10GE(X2) w/Twin Gig. P/N#:WS-X45-SUP6-E, 2, EA; LI 021, 10GBASE-LRM X2 Module. P/N#:X2-10GB-LRM, 4, EA; LI 022, Catalyst 4500 48-Port 100BASE-X (SFPs Optional). P/N#: CON-SNT-C4506E, 1, EA; LI 023, Catalyst 4500 48-Port 1000Base-X (SFPs Optional). P/N#:WS-X4248-FE-SFP, 2, EA; LI 024, Catalyst 4500 E-Series 48-Port PoE+ Ready 10/100/1000(RJ45). P/N#: WS-X4448-GB-SFP, 2, EA; LI 025, Smartnet 8X5XNBD Cat4500 E-Series 6-Slot Chassis, fan, no ps. P/N#: WS-X4648-RJ45V+E=, 2, EA; LI 026, GE SFP, LC connector SX transceiver. P/N#:GLC-FE-100FX=, 96, EA; LI 027, 100BASE-FX SFP for FE port. P/N#: GLC-SX-MM=, 30, EA; LI 028, TelePresence 500 System. P/N#: CTS-500, 2, EA; LI 029, TelePresence 500 Structure Pedestal. P/N#: CTS500-STRUC-PED, 2, EA; LI 030, TelePresence G2 Power Cords - North America. P/N#:PWR-CORD-G2-NA, 2, EA; LI 031, Cisco TeleP High Frame Rate Auto Callab for CTS-1000. P/N#:CTS-HFR-COLLAB-1K, 2, EA; LI 032, Cisco IP Phone CP-7975G, Global, for TSBU. P/N#: CTS-CODEC-PRI-G2, 2, EA; LI 033, CTS500-37 inch display+Cam+Mic+Spkr. P/N#: CP-7975G-CTS, 2, EA; LI 034, TelePresence Camera Calibration Tool gen2. P/N#: CTS-500-DISP37-INT, 2, EA; LI 035, TelePresence Primary Codec. P/N#: CTS-CAM-TOOL-G2, 2, EA; LI 036, TelePresence Endpoint Software version 1.4. P/N#:CTS-EP-SW-V1.4-K9, 2, EA; LI 037, TelePresence 500 Accessory Kit. P/N#:CTS500-ACC-KIT, 2, EA; LI 038, TelePresence 500 Lighting Reflector. P/N#: CTS500-LIGHT-REFL, 2, EA; LI 039, TelePresence 500 Upper Housing - Front. P/N#:CTS500-UPHOUSNG-F, 2, EA; LI 040, TelePresence 37 Display. P/N#:CTS-DISP-37-GEN1, 2, EA; LI 041, TelePresence Small High Fidelity Loudspeaker. P/N#:CTS-LDSPKR-SM, 4, EA; LI 042, TelePresence Microphone Array. P/N#:CTS-MIC-ARRAY, 2, EA; LI 043, TelePresence 500 High Definition IP Based Camera. P/N#:CTS500-CAMERA, 2, EA; LI 044, TelePresence 500 Lighting Fixture. P/N#: CTS500-LIGHT-FIXT, 2, EA; LI 045, TelePresence G2 PowerCords - North America. P/N#:PWR-CORD-G2-NA, 2, EA; LI 046, ESS WITH 8X5XNBD TelePresence 500 System. P/N#: CON-ECDN-CTS500, 2, EA; LI 047, TelePresence Multipoint Switch 1.1. P/N#: CTS-CTMS-1.5-K9, 1, EA; LI 048, License and SW for TelePresence Multipoint Switch. P/N#: LIC-CTS-CTMS-1.5, 1, EA; LI 049, TelePresence MCS-7845 HP Platform. P/N#: MCS-7845-H2-CTS2, 1, EA; LI 050, AC Power Cord (North America), C13, NEMA 5-15P, 3.1m. P/N#:CAB-AC, 2, EA; LI 051, ESS WITH 8X5XNBD TelePres Multipoint Switch1.1-TopLvl. P/N#:CON-SCDN-CTMS1.5K, 1, EA; LI 052, ESS WITH 8X5XNBD License and SW for Tele. P/N#: CON-ECDN-CTMS15, 1, EA; LI 053, Cisco TelePresence Manager 1.5 with K9. P/N#: CTS-MAN1.5-K9, 1, EA; LI 054, TelePresence Manager Device License - 10 units. P/N#: LIC-CTS-MAN-MS, 1, EA; LI 055, TelePresence MCS7845 HP Platform. P/N#:MCS-7845-H2-CTS2, 1, EA; LI 056, AC Power cord (North America), C13, NEMA 5-15P, 2.1m. P/N#:CAB-AC, 2, EA; LI 057, TelePresence Manager integration for MS Exchange. P/N#:LIC-CTS-MAN-10, 1, EA; LI 058, ESS WITH 8X5XNBD Cisco TelePresence M. P/N#:CON-ECDN-CTSMAN15, 1, EA; LI 059, ESS WITH 8X5XNBD CTSM 10-Lic Partner Internal use ONLY. P/N#: CON-ECDN-CTSM10, 1, EA; LI 060, Unified Videoconferencing 3515 MCU, 12 Video Ports. P/N#: IPVC-3515-MCU12, 1, EA; LI 061, SMARTNET 8X5XNBD Unified Videoconfere. P/N#: CON-SNT-IPV35M12, 1, EA; LI 062, CISCO BASE Unified VideoConfere. P/N#: CON-SW-IPV35M12, 1, EA; LI 063, TelePresence 500 Structure - Tabletop. P/N#:CTS500-STRUC-TABL=, 2, EA; LI 064, TelePresence 500 Structure - Wall Mount. P/N#:CTS500-STRUC-WALL=, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") Sellers must bid exact match to spec (make, model and spec) A)The products offered in this bid are brand new, not gray market and are in original packaging. B) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. C) Full Cisco warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. To Bid on this opportunity, Seller must be Cisco Gold, Silver or Premier Partners. No exceptions. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Office of the Secretary, Executive Secretariat, Office of Information Resource Management (S/ES-IRM). This Justification and Approval (J&A) on a brand name only basis is for the interface with the Departments existing general support system known as ClassNet. The use of a brand name description is essential to the Governments requirements, for Department of State connection to the classified network. S/ES-IRM has identified Cisco switches as a key component of our information technology base. Also, the Department of State has an existing infrastructure based on Cisco switching devices. These devices are a key component of the Department of States classified networking system. The equipment listed above is required to provide network connectivity to the existing Department of States backbone network infrastructure in the HST building. The services and routing capabilities of the Cisco product are required per the Departments IT-CCB baseline.The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority.As this is a brand name only justification, no one contractors unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the requirements of this office. Cisco switches have undergone test, assessment and evaluation and received final approval from our IT Configuration Control Board.The requirement will be competed as the IT community responds to price requests on FedBid.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1001902470/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
 
Record
SN01920557-W 20090822/090821001815-c68cc3451c7bfe0fdc84cbe3a14c2c6e (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.