MODIFICATION
70 -- Cisco Switches
- Notice Date
- 6/27/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- 47 Bataan Blvd, Santa Fe, NM 87508
- ZIP Code
- 87508
- Solicitation Number
- W912J3-14-T-E003
- Response Due
- 7/9/2014
- Archive Date
- 1/5/2015
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- CANCELLATION NOTICE:Bids are being solicited under solicitation number W912J3-14-T-E003. 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. 627958. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. 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 GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside 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 2014-07-09 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Santa Fe, NM 87508 The National Guard - New Mexico requires the following items, Exact Match Only, to the following: LI 001: Cisco Catalyst 3560-E 48-Port Multi-Layer Ethernet Switch w/ PoE. Switch type: Managed. Supported data transfer rates: 10/100/1000 Mbps, Maximum data transfer rate: 1 Gbit/s. Management protocols: RMON 1, RMON 2, RMON 3, RMON 9, Telnet, SNMP 3, Switching protocols: Ethernet, Data link protocols: Ethernet, Fast Ethernet, Gigabit Ethernet. Weight: 9.5 kg. Internal memory: 128 MB, Memory type: RAM, Flash memory: 64 MB Cisco Catalyst 3560-E series switches are an enterprise-class line of standalone wiring closet switches that facilitates the deployment of secure converged applications while maximizing investment protection for evolving network and application requirements. Combining 10/100/1000 and Power over Ethernet (PoE) configurations with 10Gigabit Ethernet uplinks, the Cisco Catalyst 3560-E enhances worker productivity by enabling applications such as IP telephony, wireless, and video, 8, EA; LI 002: Catalyst 3750G 48 10/100/1000 ports & 4 SFP GIGABIT- NON-POE Cisco Catalyst 3750G 48TS-S Switch SMI. Networking standards: IEEE 802.1s, IEEE 802.1w, IEEE 802.1x, IEEE 802.3ad, IEEE 802.3x. MAC address table: 12000 entries, Switching capacity: 32 Gbit/s, Maximum data transfer rate: 1 Gbit/s. Management protocols: SSHP, SNMP, RMON, NTP, TFTP, Telnet, Switching protocols: DHCP, DTP, PAgP, LACP, RSTP, HSRP, IPv6, DVMRP, VTP, IGMP, TCP/UDP, Data link protocols: Ethernet, Fast Ethernet, Gigabit Ethernet. Weight: 6.4 kg. Power consumption (typical): 160 W The Cisco?? Catalyst?? 3750 Series switches are innovative switches that improve LAN operating efficiency by combining industry-leading ease of use and the highest resiliency available for stackable switches. This product series represents the next generation in desktop switches, and features Cisco StackWise? technology, a 32-Gbps stack interconnect that allows customers to build a unified, highly resilient switching system-one switch at a time.Features:? 48 Ethernet 10/100/1000 ports and 4 SFP-based Gigabit Ethernet ports? 32-Gbps, high-speed stacking bus? Innovative stacking technology? 1-RU stackable, multilayer switch? Enterprise-class intelligent services delivered to the network edge? SMI installed? Basic RIP and static routing, upgradable to full dynamic IP routing, 4, EA; LI 003: Cisco Compact 8 1000, 2 1GB/SFP Port, IP Base. Catalyst 3560-C, DRAM 128MB, Gigabit Ethernet, 1.35kg Cisco WS-C3560CG-8TC-S. Switch layer: L3, Switch type: Managed. Basic switching RJ-45 Ethernet ports quantity: 10, 8. MAC address table: 8000 entries, Supported data transfer rates: 10/100/1000 Mbps,Maximum data transfer rate: 10 Gbit/s. management protocols: IGMP, Supported network protocols: DHCP, DTP, PAgP, LACP, IGMP, TFTP, NTP, FTP. Weight:1.35 kg, 8, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - New Mexico 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. National Guard - New Mexico 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.204-7 52.204-10 52.209-6 52.211-6 52.219-6 52.219-28 52.222-3 52.222-19 52.222-21 52.222-26 52.222-35 52.222-36 52.222-37 52.222-41 52.222-50 52.223-18 52.225-13 52.232-33 52.232-39 52.233-3 52.233-4 52.247-34 252.203-7000 252.203-7002 252.203-7005 252.204-7003 252.204-7004 Alt A 252.204-7011 252.225-7001 252.225-7036 Alt I 252.232-7003 252.232-7010 252.237-7010 52.212-1 52.212-3 52.212-4 52.212-5 52.252-1 52.252-2 52.252-5 52.252-6 252.209-7995 252.211-7003 252.225-7000 252.225-7035 252.232-7006 The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This solicitation requires Invoice through the Wide Area Workflow sytem pursuant to DFARS 252.232-7003 and 252.232-7006. Information can be found at https://wawf.eb.mil/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/89ad0d2b3153ae70a55f71f2c8a1e193)
- Place of Performance
- Address: Santa Fe, NM 87508
- Zip Code: 87508-4695
- Zip Code: 87508-4695
- Record
- SN03409133-W 20140629/140627235031-89ad0d2b3153ae70a55f71f2c8a1e193 (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 |