Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
DOCUMENT

70 -- Telehealth VTC, LAN, VOIP and AP Devices - Attachment

Notice Date
2/15/2018
 
Notice Type
Attachment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9173
 
Response Due
2/21/2018
 
Archive Date
3/23/2018
 
Point of Contact
Carol Evans
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334310 (size standard of 750 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a brand name or equal product for the VA Long Beach Healthcare System: Brand Name or Equal to: Line Item Item Number Description QTY UNIT UNIT PRICE TOTAL PRICE 1 WS-C3850-48F-L 3850 Stackable Switches 48 port 3850 POE switch 2 EA $ $ 2 C3850-NM-4-1GG Uplink module Cisco Catalyst 3850 4 x 1GE Network Module 2 EA $ $ 2 PWR-C1-1100WAAC Power supply 1100W AC Power Supply 4 EA $ $ 4 STACK-T1-50CMM Stack Cable 50CM Type 1 Stacking Cable 2 EA $ $ 5 CAB-SPWR-30CMM Power Stack Cable Catalyst 3750X and 3850 Stack Power Cable 30 CM 2 EA $ $ 6 CON-SNT-WSC3888FE Smartnet 24x7xNBD 2 EA $ $ 7 AIR-CAP2702I-B-K9 CISCO SYSTEMS, INC 802.11a/g/n Ctrlr-based AP w/CleanAir; Int Ant; B Reg Domain 13 EA $ $ 8 AIR-AP-T-RAIIL-R Cisco Systems, Inc. Ceiling Grid Clip for Aironet APs - Recessed Mount 13 EA $ $ 9 SWAP2700-CMB--A1-K9 Cisco Systems, Inc. Cisco 2700 Series IOS Wireless LAN Recovery 13 EA $ $ 10 AIR-AP-BRACKET-1 Cisco Systems, Inc. 802.11n AP Low Profile Mounting Bracket 13 EA $ $ 11 AIRLAP-FIPSKIIT= Cisco Systems, Inc. Security Kit 13 EA $ $ 12 CP-8841-K9= UNIFIED IP PHONE 8841 70 EA $ $ 13 CP-8800-WMK= WALL MOUNT KIT FOR IP PHONE 8800 SERIES 5 EA $ $ 14 CP-8851-K9= UNIFIED IP PHONE 8851 3 EA $ $ 15 CP-BEKEM= IP PHONE 8800 KEY EXPANSION MOD 3 EA $ $ 16 CP-8831-K9= 8831 UNIFIED IP CONFERENCE PHONE BASE AND CONTROLLER 3 EA $ $ 17 CP-MIC-WIRED--S= 8831 WIRED MICROPHONE KIT 3 EA $ $ 18 ISR4331-AXV/KK9 Cisco ISR 4331 AXV Bundle PVDM4-32 w/APP SEC UC license CUBE-10 1 EA $ $ 19 SL-4330-IPB-KK9 IP Base License for Cisco ISR 4330 Series 1 EA $ $ 20 SL-4330-APP-KK9 AppX License for Cisco ISR 4330 Series 1 EA $ $ 21 SL-4330-UC-K99 Unified Communication License for Cisco ISR 4330 Series 1 EA $ $ 22 FL-4330-HSEC-K9 U.S. Export Restriction Compliance license for 4330 series 1 EA $ $ 23 PVDM4-32U64 12 PVDM4 32-channel to 64-channel factory upgrade 1 EA $ $ 24 PWR-4330-AC AC Power Supply for Cisco ISR 4330 1 EA $ $ 25 CAB-AC AC Power Cord (North America) C13 NEMA 5-15P 2.1m 1 EA $ $ 26 ISRWAAS-RTU-7750 ISRWAAS 750 conns RTU for ISR4300 series 1 EA $ $ 27 SL-4330-SEC-KK9 Security License for Cisco ISR 4330 Series 1 EA $ $ 28 MEM-43-4G 4G DRAM (1 x 4G) for Cisco ISR 4300 1 EA $ $ 29 NIM-BLANK Blank faceplate for NIM slot on Cisco ISR 4400 2 EA $ $ 30 SM-S-BLANK Removable faceplate for SM slot on Cisco 290039004400 ISR 1 EA $ $ 31 VWAAS-RTU-7500 VWAAS 750 conns RTU for UCS-E on single ISR only 1 EA $ $ 32 MEM-FLSH-4G 4G Flash Memory for Cisco ISR 4300 (Soldered on motherboard) 1 EA $ $ 33 FL-CUBEE-5 Unified Border Element Enterprise License - 5 sessions 2 EA $ $ 34 SISR4300UK9-3316S Cisco ISR 4300 Series IOS XE Universal 1 EA $ $ 35 FL-SRST Cisco Survivable Remote Site Telephony License 1 EA $ $ 36 FL-CME-SRST-1100 Cisco Communication Manager or SRST- 100 seat license 1 EA $ $ 37 PWR-4330-AC= AC Power Supply for Cisco ISR 4330, Spare 1 EA $ $ 38 NIM-2MFT-T1/E E1(NIMSLOT1 2 port Multiflex Trunk Voice/Clear-channel Data T1/E1 Module 1 EA $ $ 39 NIM-4FXS(OPTIONNIMSLOT2) 4-port Network Interface Module -FXS (Universal) 1 EA $ $ 40 PVDM4-64 PVDM4-64 (for Voice PRI) 1 EA $ $ TOTAL PRICE $_______ The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to Carol.Evans3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, February 21, 2018 at 4:00 p.m. EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9173/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9173 36C26218Q9173_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4090093&FileName=36C26218Q9173-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4090093&FileName=36C26218Q9173-000.docx

 
File Name: 36C26218Q9173 S05 RFI Long Beach 116.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4090094&FileName=36C26218Q9173-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4090094&FileName=36C26218Q9173-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Long Beach Healthcare System;5901 E 7th Street;Long Beach, CA
Zip Code: 90822
 
Record
SN04824446-W 20180217/180215231516-c3a72b68e160e02a5801bcc9976d93ea (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.