Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

D -- CISCO COMMUNICATION HARDWARD FOR DOL ITC - DOL110RQ21104 - BRAND NAME J&A

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL110RQ21104
 
Archive Date
9/17/2010
 
Point of Contact
Ronald J Jordan, Phone: 202-693-4595
 
E-Mail Address
jordan.ronald@dol.gov
(jordan.ronald@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
DOL110RQ21104 - BRAND NAME J&A (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, in conjunction with FAR Part 13, Simplified Acquisition Procedures, 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. (ii) This solicitation number is DOL110RQ21104. This solicitation is issued as a Request for Quotations (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. (iv) This solicitation is being issued as a set-aside. This solicitation is being issued under NAICS 541519 (SBA Size Standard: $25 million). (v) The following contract line item numbers (CLINs) and items, quantities and units of measure apply to this acquisition: CLIN PART NUMBER DESCRIPTION QTY FPB 4006 Replacement Parts 0001 WS-C2960S-48TD-L FPB 10G Uplink, 1G Access, Stackable 21 0002 WS-C2960S-48TS-L FPB 1G Uplink, 1G Access, Stackable 21 0003 WS-C2960S-STACK= FlexStack Module network stacking module 42 0004 CAB-STK-E-0.5M= Stacking Cable 42 0005 GLC-SX-MM= Simplex MM module 21 0006 F-PV-MM-LCST-10 ST-LC Patch Cable (10Meter MM) 21 0007 SFP-10G-LRM= 10G Optics for the Access Side 21 0008 CAB-MCP-LC= Conditioning Cables for Access 21 0009 X2-10GB-LRM= 10G Optics for the Distribution Side 21 0010 CAB-GELX-625= Conditioning Cables for Distribution 21 0011 F-PV-MM-LCST-10 ST-LC Patch Cable (10Meter MM) 21 0012 WS-C2960S-48TS-L FPB 1G Uplink, 1G Access, Stackable 11 0013 WS-C2960S-STACK= FlexStack Module network stacking module 11 0014 WS-X4306-GB= Needed for existing 4506s 5 Regional 4006 Replacement Parts 0015 WS-C2960S-48TS-L Regional 1G Uplink, 1G Access, Stackable 7 0016 WS-C2960S-STACK= Additional needed to match current 7 0017 CAB-STK-E-0.5M= Stacking Cable 7 0018 GLC-SX-MM= Simplex MM module 3 0019 F-PV-MM-LCST-10 ST-LC Patch Cable (10Meter MM) 3 Regional 2948 & Misc Replacement Parts 0020 WS-C2960-48TC-L Regional 100M Access 27 0021 GLC-SX-MM= Simplex MM module 27 0022 F-PV-MM-LCST-10 ST-LC Patch Cable (10Meter MM) 15 0023 F-PV-MM-LCSC-10 SC-LC Patch Cable (10Meter MM) 15 0024 WS-C2960-48TC-L Regional 100M Access 3 0025 WS-C2960S-48TD-L FPB 1G Access, 10G Uplink, Stackable 1 0026 WS-C2960S-48TS-L FPB 1G Uplink, 1G Access, Stackable 1 0027 GLC-SX-MM= Simplex MM module 5 0028 WS-C2960S-STACK= FlexStack Module network stacking module 1 0029 CAB-STK-E-0.5M= Stacking Cable 1 (vi) Description of requirements for the services to be acquired : The contractor shall provide Cisco Communication Hardware to replace end of life hardware in support of the DOL ECN/DCN. This requirement is being issued as a Brand Name for the HP items identified in section (v) above. The vendor shall certify that it is a Cisco Authorized Channel as of the date of submission of their quotation, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with the applicable Cisco certification/specialization requirements. Unless otherwise specified, the vendor shall warrant that the products are new and in their original box. The vendor confirms to have sourced all Cisco products submitted in their quotation from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current Cisco's applicable policies at the time of purchase. The vendor shall provide DOL with a copy of the End User License agreement, and shall warrant that all Cisco software is licensed originally to DOL as the original licensee authorized to use the Cisco Software. No used or refurbished products will be accepted. (vii) Delivery shall occur within thirty (30) days after purchase order award. (viii) The provision at 52.212-2, Evaluations-Commercial Items, applies to this acquisition, including the following addendum: 52.212-2(c) Period for acceptance of offers : Prospective contractors agrees to hold the prices in its offer firm for 60 calendar days from the date specified fro receipt of offers. (ix) Offerors are advised that offers will be evaluated on a basis of best value and award will be made to the prospective contractor who submits the lowest price technically acceptable quotation. (x) Prospective contractors are advised to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer (xi) Prospective contractors are advised that the clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) Prospective contractors are advised that the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies to this acquisition. The following additional FAR clauses cited in this clause apply to this acquisition: 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (xiii) Prospective contractors are advised that the following additional contract terms and conditions apply: The provider of information technology shall certify, by submitting a proposal to this acquisition, that: a) All applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer (IE), version 7, and subsequent versions of IE that are integrated into the FDCC, configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see: http://csrc.nist.gov/itsec/guidance_WinXP.html, and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html ; b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default "program files" directory and should be able to silently install and uninstall; c) Applications designed for normal end users shall run with full functionality in the standard user context without elevated system administration privileges. (xiv) Quotations must be submitted no later than 1:00 PM, EST, September 2, 2010. Quotations must be submitted electronically via email to Mr. Ronald Jordan, Contracting Officer at Jordan.ronald@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL110RQ21104/listing.html)
 
Place of Performance
Address: 200 CONSTITUTION AVE, NW, WASHINGTON, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02258517-W 20100829/100827235841-6908cac50f91cadf9a8b9302f79c7925 (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.