MODIFICATION
70 -- CISCO HARDWARE
- Notice Date
- 3/28/2006
- Notice Type
- Modification
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W 6350 Walker Lane Suite 300, Alexandria, VA, 22310-3241
- ZIP Code
- 22310-3241
- Solicitation Number
- Reference-Number-YYITB6PR6AP214
- Response Due
- 4/4/2006
- Archive Date
- 4/19/2006
- Point of Contact
- Debra Dickerson-Small, Contract Specialist, Phone 7034281711, Fax 7034281360, - Sue Gerardo, Contracting Officer, Phone 703-428-1323, Fax 703-428-1360,
- E-Mail Address
-
debra.dickerson-small@dcma.mil, sue.gerardo@dcma.mil
- Description
- ANSWERS TO QUESTIONS, SPEC CHANGES, CLAUSE INCORPORATED and DELETION: 1. Do you prefer products on this quote to be quoted via GSA or OpenMarket? ANSWER: Quotes will be evaluated on a Lowest Price/Technically Acceptable Basis. 2. What is the DCMA average time frame between close of solicitation and award? ANSWER: There is no average award time. It is contingent upon number of quotes received and whether discussions are required. 3. Reference to above Combine Solicitation, do you accept pricing for partial list or not? but at this time we are not able to quote pricing only on Cisco 6500 ? ANSWER: NO- We require pricing on full list We are Cisco authorized reseller. 4. Are those the only requirements for bidding on this proposal? ANSWER: Yes, our requirement is attached. 5. Also, will the asset tags be provided by the DCMA? ANSWER: No, the vendor will provide asset tags. 6. Do these routers and switches need be configured with all the components (memory, GBIS, cards, etc) or is delivery of the parts what is desired? ANSWER: Routers and switches should be configured with memory. DCMA will install GBIS and cards. 8. Is there any description or are there any specifications for the required asset tags? ANSWER: Yes, directions will be given to vendor upon award. These are 9 digit barcode tags " 1x 3" or best fit. 9. 3-year SMARTnet is called for, but there are only two part numbers stated - CON-SNT-7600SIP4 and CON-SNT-1X0C12. Are these the only SMARTnet support required? ANSWER: All gear requires 3 year Smart-Net maintenance. Items 31 and 32 should not have been listed as they are part numbers for Smartnet maintenance on 2 items in particular. Please see attached specs for notation regarding items 31 and 31. 10. What are the hours of access to the facility for delivery? ANSWER: 9am-5pm, Monday- Friday, except Government Holidays. 11. On the Cisco Smartnet QTY. Part # CON-SNT7600SIP4 and CON-SNT1XOC12 need to be Qty 9 each not 3 As Cisco prices Smartnet to make an item have 3 Years of Smartnet Service it needs to be QTY 3 of each hardware device. ANSWER: These 2 part numbers should not have been listed separately. All gear requires 3 year Smartnet Maintenance. 12. How you need to get the pricing on the line items, as they group together. Do you need pricing per each configuration or on the first item of each group? Do I need to put together my configuration per your need? ANSWER: (Price each item separately.) (This statement is hereby DELETED in the RFQ under (ix)) (...to resulting from this combined synopsis/solication to the responsible offeror whose offer conforming to the synopsis/solication will be most advantageous to the Government.) (THIS CLAUSE IN HEREBY INCORPORATE INTO THE RFQ.) Vendor shall certify that it is a Manufacturer Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with all applicable laws and policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. (REVISED SPEC SHEET) CISCO PARTS *Cisco gear requires asset tags on major components (Column D), 3-year Smart-Net maintenance on ALL items and shipping "inside delivery" to Alexandria, VA. Part # Description Qty Tag? CISCO2621XM Mid Performance Dual 10/100 Ethernet Router w/Cisco IOS IP,32F/128D 3 Y MEM2600XM-32U48FS= 32 to 48 MB Flash Distribution Upgrade for the Cisco 2600XM 3 N MEM2600XM-128D= 128MB DIMM DRAM for the Cisco 2600XM 3 N CD26XM-IPB= Cisco 2600XM Ser IOS IP BASE Feature Pack 3 N CAB-AC Power Cord,110V 3 N WIC-1DSU-T1-V2= 1-Port T1/Fractional T1 DSU/CSU WAN Interface Card: 3 N WS-C3560G-48PS-S Catalyst 3560 48 10/100/1000T PoE + 4 SFP Standard Image 1 Y WS-C3560G-24PS-S Catalyst 3560 24 10/100/1000T PoE + 4 SFP Standard Image 2 Y WS-C3750G-12S-S Catalyst 3750 12 SFP Standard Multilayer Image 2 Y WS-C3560G-24PS-S Catalyst 3560 24 10/100/1000T PoE + 4 SFP Standard Image 2 Y GLC-LH-SM= GE SFP,LC connector LX/LH transceiver 5 N GLC-SX-MM= GE SFP, LC connector SX transceiver 1 N WIC-1SHDSL-V2 1-Port G.SHDSL WIC with Four Wire Support 1 N Part# Description Qty N WS-X6548V-GE-TX= Catalyst 6500 48-port fab-enabled 10/100/1000 inline pwr mod 4 Y WS-F6K-PFC3B= Catalyst 6500 Sup720 Policy Feature Card-3B 5 Y WS-C6K-9SLOT-FAN2= Catalyst 6509 High Speed Fan Tray, Spare 5 N 7600-SIP-400= Cisco 7600 Series SPA Interface Processor-400 3 Y SPA-1XOC12-POS 1-port OC12/STM4 POS Shared Port Adapters 3 Y SFP-OC12-MM OC-12/ STM-4 SFP, Multi-mode Fiber 3 N 7600-SPA SPA for Cisco 7600; No Physical Part; For Tracking Only 3 N CON-SNT-7600SIP4 SMARTNET 8X5XNBD 7600 Series SPA Interface Processor 400 0 N 3 year Smartnet Maintenance is required on ALL items. CON-SNT-1XOC12 SMARTNET 8X5XNBD 1-port OC12/STM4 0 N Maintenance as listed on row 31 and 32 should not have been listed seperately. Part # Description QTY NM-1T3/E3= Cisco 2600/3600/3700 1port T3/E3 network module 28 Y WS-X6182-2PA= FlexWAN Module for Cisco 7600 / Catalyst 6000 5 Y MEM-C6K-WAN-128M Cisco 7600 and Cisco Catalyst 6500 FlexWAN memory, 128-MB DRAM option 5 N PA-2T3+ 2 Port T3 Serial Port Adapter Enhanced, Spare 5 Y SPA-4XT3/E3 Cisco 4-Port Clear Channel T3/E3 Shared Port Adapter 13 Y 7600-SIP-200 Cisco 7600 Series SPA Interface Processor-200 6 Y MEM-SIP-200-1G 1 GB memory for Cisco 7600 SIP-200 6 N Cisco 3845 3845 w/AC PWR,2GE,1SFP,4NME,4HWIC, IP Base,64F/256D 18 Y MEM3800-64U256CF= 64 to 256MB Compact Flash Disti upgrade for the Cisco 3800 18 N MEM3800-256U1024D= 256 to 1024MB DRAM Disti upgrade for the Cisco 3800 18 N CD384-IPB= Cisco 3845 Ser IOS IP BASE Feature Pack 18 N CAB-AC Power Cord,110V 36 N Part # Description QTY N CISCO2621XM Mid Performance Dual 10/100 Ethernet Router w/Cisco IOS IP,32F/128D 6 Y MEM2600XM-32U48FS= 32 to 48 MB Flash Distribution Upgrade for the Cisco 2600XM 6 N MEM2600XM-128D= 128MB DIMM DRAM for the Cisco 2600XM 6 N CD26XM-IPB= Cisco 2600XM Ser IOS IP BASE Feature Pack 6 N CAB-AC Power Cord,110V 6 N WIC-1DSU-T1-V2= 1-Port T1/Fractional T1 DSU/CSU WAN Interface Card: 10 N Part # Description QTY N WS-C3560G-48-PS-S Catalyst 3560 48 10/100/1000T PoE + 4SFP Standard Image 86 Y CAB-SFP-50CM= Catalyst 3560 SFP Interconnect Cable, 50cm 90 N GLC-SX-MM GE SFP, LC Connector SX Transceivers 40 N GLC-LH-SM GE SFP, LC Connector LX/LH Transceivers 20 N Part # Description QTY FOM-T3/AC/ST/13MM Radirect Multimode T3 modems 6 N 1. 3 Year Smartnet Maintenance - 8 X 5 X 24 hour phone technical support, and next business day warranty part replacement. 2. DCMA will perform the installation of this gear 3. The vendor is responsible to print asset tags based on DCMA instructions. 4. Delivery to DCMA Skunkworks. There is no dock. It is inside delivery to 3rd floor. 5. Delivery 30 calendar days from award. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DCMA/DSPPMRO/DCMAC-W/Reference-Number-YYITB6PR6AP214/listing.html)
- Place of Performance
- Address: DCMA SKUNKWORKS 6412 BEULAH ROAD SUITE 300 ALEXANDRIA, VA
- Zip Code: 22310
- Country: USA
- Zip Code: 22310
- Record
- SN01016735-F 20060330/060328214059 (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 |