Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 17,1995 PSA#1263

U.S. Department of Commerce/National Oceanic and Atmospheric Administration (NOAA), PGAS, Procurement Operations Division, 1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283

D -- SMARTNET MAINTENANCE AND ADVANCE REPLACEMENT SERVICES FOR CISCO EQUIPMENT AND PERIPHERALS. SOL 52-DDNW-500053 POC Rubie B. King, Contract Specialist, Norbert F. Szymanski Jr., Contracting Officer, (301) 713-0839 The U.S. Department of Commerce/NOAA intends to negoiate a sole-source contract with Cisco Systems to provide SMARTnet maintenance and advance replacement services for it's Cisco equipment and peripherals located in Silver Spring MD, Suitland MD, Landover MD, Sterling VA, and Kansas City MO. The base period of performance is twelve (12) months with four (4), twelve (12), month option periods. Contractor must provide certified Cisco Technicians between the hours of 9 o'clock a.m. and 9 o' clock p.m. EST. Monday through Friday excluding Government holidays with a one hour telephone response time for equipment configuration and software problems. Contractor must also provide twenty-four hours a day, seven days a week emergency remote network and telephone support, remote access capability to enable technicians to access the equipment at all site locations via the Internet, advance replacement of hardware with a guaranteed next-business-day delivery of replacement parts, direct access to an on-line information system and on site techincial support as requested for all locations. The hardware and software to be maintained are shown as follows: 1) Qty 10, CSC-ENVM Environmental Monitor Card, 2) Qty 18, CSC-FDDI FDDI Interface Cards, 3) Qty 10, CSC-CCTL CBUS Controller Ccard 4) Qty 9, CSC-R Token Ring Interface Card, 5) Qty 4, CSC-1E1S 1 Ethernet and 1 SLOW SERIAL PORT, 6) Qty 3, APP-LV1 1 Port V.35 Applique, 7) Qty 8, CSC/3 68020 30MHZ Processor Card, 8) Qty 8, APP-LM2 Two Fiber XSCVR Applique, 9) Qty 3, CSC-1T 1 High Speed Serial Interface, 10) Qty 3, APP-LX1 1 Port V.35 DTE Cable, 11) Qty 9, APP-JN1 APPASY, 1 POS, A TR, 4MB, 12) Qty 2, CISCO7000 Cisco 7000 System, P/S, RP, &SP, 13) Qty 2, MAS-BLANK BLank Card Carrier, 14) Qty 2, MAS-7K Cisco 7000 Chassis, 15) Qty-4 PWR-7K Cisco 7000-700 Watt P/S, 16) Qty 2, SP Switch Processor, 17) Qty 2, RP Route Processor, 18) Qty 4, CX-EIP4 Four Port Ethernet I/F Processor, 19) Qty 1, CX-TRIP2 2 Port Token Ring I/F Processor, 20) Qty 3, CX-TRIP4 4 Port Token Ring I/F Processor, 21) Qty 4, CX-FIP-MM FDDI Multimode I/F Processor, 28) ACS-7KRMK Rack Mount Kit for the 7000, 22) Qty 2, SW-G7-9.17.5 Router Software 7000, 23) Qty 2, FR-B7-9.17.X Feature : Bridging 7000, 24) Qty 2, CSC-C2CTR 4 Port T/R interface Card, 25) Qty 2, CSC- C2MEC4 4 Port Ethernet Interface Card, 26) Qty 9,CSC-MC+ Flash Memory Card, 27) Qty 5, CSC-2R Dual Port 4/16 Port for Token Ring, 28) Qty 9, APP-LB4 4 Token Ring Connections Applique, 28) Qty 2, WS-C1202 Catalyst 8 Port 10BASE-T Switch. Additional equipment may be added or deleted through out the period of performance. All responsible sources shall respond by submitting a written narrative statement of capability, including detailed technical information and other technical information literature demonstrating the ability to meet the above requirements. Potential Offeror's must provide at least three (3) technical references regarding its experience with supporting Cisco Routers and associated interfaces. Pricing data including GSA Schedule if applicable should be included. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Telephonic or Fax responses shall not be accepted. Failure to submit documentation will result in the Government proceeding as above. Please refer to Solicitation No. 52-DDNW-5-00053 in your response. SEE Note 22 (0012)

Loren Data Corp. http://www.ld.com (SYN# 0024 19950113\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page