Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2006 FBO #1735
SOLICITATION NOTICE

58 -- Cisco Switching Devices

Notice Date
8/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375
 
ZIP Code
09136-5375
 
Solicitation Number
HC102106T2046
 
Response Due
9/1/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization, Unit 4235 Box 375, APO AE 09136 or Heuberg 143, 67681 Sembach Germany. RFQ No HC1021-06-T-2046 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-11 and Defense Acquisition Circular 91-13. The requirement is a Firm Fixed Price Commercial item type contract. The proposed acquisition will require the contractor to provide CISCO equipment. The contract will consist of eight (8) line items: CLINS 0001 thru 0008 as follows: CLIN 0001 Quantity/Unit of issue: Twenty-one (21) each; Description: CISCO Catalyst 3560 48 10/100/1000T PoE + 4 SFP Standard Image; Brand Name Only; Manufacturer (MFG) Part Number: WS-C3560G-48PS-S; CLIN 0002 Quantity/Unit of issue: Twenty-One (21) each; Description: Power Cord Europe; Brand Name Only; Manufacturer (MFG) Part Number: CAB-ACE; CLIN 0003 Quantity/Unit of issue: Twenty-One (21) each; Description: CISCO SMARTNET 8X5XNBD Cat 3560 48 10/100/1000T PoE + 4 SF; Brand Name Only; Manufacturer (MFG) Part Number: CON-SNT-3560G48S; CLIN 0004 Quantity/Unit of issue: Nine (9) each; Description: CISCO Catalyst 3560 24 10/100/1000T PoE + 4 SFP Standard Image; Brand Name Only; Manufacturer (MFG) Part Number: WS-C3560G-24PS-S; CLIN 0005 Quantity/Unit of issue: Nine (9) each; Description: CISCO Power Cord Europe; Brand Name Only; Manufacturer (MFG) Part Number: CAB-ACE; CLIN 0006 Quantity/Unit of issue: Nine (9) each; Description: CISCO SMARTNET 8X5XNBD Cat 3560 24 10/100/1000T PoE + 4 SF; Brand Name Only; Manufacturer (MFG) Part Number: CON-SNT-3560GPS; CLIN 0007 Quantity/Unit of issue: One-hundred twenty (120) each; Description: CISCO GE SFP, LC Connector SX Transceiver; Brand Name Only; Manufacturer (MFG) Part Number: GLC-SX-MM; CLIN 0008 Quantity/Unit of issue: One (1) Lot; Description: Shipping; F.O.B. Destination to: US Postal System Address, Landstuhl Regional Medical Center ATTN: IMD CMR 402 APO AE 09180 or Landstuhl Regional Medical Center (LRMC), U.S. Hospital, Geb. 3703, ATTN: IMD, 66849 Landstuhl/Kirchberg, no later than 30 days after receipt of order (ARO) unless otherwise detailed on the quotation. Any variation to the requested delivery date shall be provided as the number of days after receipt of order with quote. The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers? Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.203-6; 52.222-21; 52.222-26; 52.222-35; 52.222-36 and 52.222-37. 252.212-7000, Offeror Representations and Certifications ? Commercial Items or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov/; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 252.225-7001, 252.225-7012, 52.212-2, Evaluation ? Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, lowest price, technically acceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; 252.225-7021 Trade Agreements; 252.247-7023 Transportation of Supplies by Sea; Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on SF 1449, letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show ? (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) ?Remit to? address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3; (8) Acknowledgment of Synopsis/Solicitation Amendments; (9) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration.. (10) EFT Information The contract type will be a firm fixed price. All unit prices are firm fixed. Quotations are due no later than 1400 GMT 01 September 2006. Fax or email your proposals to DITCO/PL512, Attn: Tiffany C Boatwright, Tiffany.Boatwright@disa.mil, Unit 4235 Box 375, APO AE 09136 49+ 63029227512. Oral proposals are not acceptable. All FAR/DFAR clauses can be obtained at www.far.npr.gov & http://farsite.hill.af.mil/VFFARa.htm). No numbered notes apply. Brand Name Justification is included below. Landstuhl Regional Medical Center (LRMC) JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION BRAND NAME: Cisco Equipment Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. 1. Agency and Contracting Activity The requiring activity for this action is Landstuhl Regional Medical Center, ATTN: IMD CMR 402, APO AE 09180. The contracting activity is DISA/DITCO Europe, Building 143, 67681 Sembach-Heuberg, Germany. 2. Nature/Description of Action The proposed contractual action is for other than full and open competition based on 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description.. Request approval to solicit, negotiate, and award a contract to resellers of CISCO equipment. A firm-fixed price commercial item type contract is planned and will be issued pursuant to FAR 13.5. The contract value is estimated at $200,000.00 for the purchase of Cisco switching devices required for the network fabric upgrade at Landstuhl Regional Medical Center (LRMC). 3. Description of Supplies/Services Requirement is for the purchase of Cisco Power Over Ethernet (PoE) switching devices and accessories for the upgrade of the LRMC network fabric. 4. Identification of Statutory Authority 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. 5. Demonstration of Contractor?s Unique Qualifications. This equipment purchase is part of an ongoing LRMC Wireless upgrade program and will be an extension of previously purchased and installed equipment. CISCO products are required to ensure consistency in the design, continuity of training, ease of use, and interoperability. In addition, LRMC network architecture is supported by the Tri-Service Infrastructure Management Program Office (TIMPO). Cisco equipment is supported within the TIMPO sparing and maintenance inventory program for providing replacements and support world wide to MHS facilities. Current LRMC inventory investment of Cisco equipment is over 1.2 million dollars and totals over 250 devices. The LRMC site is 100% Cisco switches, routers and network equipment to provide component inter-operability. LRMC is currently running a Cisco proprietary VLAN protocol on the Cisco equipment, Non Cisco equipment will not inter-operate correctly with LRMC's current implementation of the VLAN protocol. 6. FedBizOpps Announcement/Potential Sources The synopsis will be combined with the solicitation in accordance with FAR part 12. 7. Determination of Fair and Reasonable Price The Contracting Officer will compete the requirement with resellers of CISCO equipment to ensure prices are fair and reasonable. 8. Description of Market Research Market research indicates there are multiple resellers of CISCO equipment. Research found the following companies: InterNetwork Experts, 1955 Lakeway Dr. Ste 220, Lewisville, TX 75057, 469-549-3937, Contract Vehicle BPA W91RUS-05-A-0006 World Wide Technology, NAS5-02144, 60 Weldon Parkway, Saint Louis, MO 63043, 314-919-1431 The research that produced the overarching solution for the LRMC upgrade program included an evaluation of multiple technologies and equipment manufacturers. These included CISCO, Acorn, NET, Marconi, Carrier Access, Nortel Networks, and Timplex to name a few. The evaluation considered the personal experiences of site personnel, a review of product documentation obtained from the web, vendor provided demonstrations and product documentation, a review of currently fielded equipment, and a review of GSA schedule and retail pricing lists. Based on the evaluations, an equipment suite was chosen based on capabilities, integration, and price. This solution included the selection of the CISCO switch product line as the facility core layer, distribution layer and access layer switches. 9. Supporting Facts This brand name of equipment is requested to maintain uniformity, common troubleshooting and maintenance techniques, a standardized training program and economy of resources across the LRMC catchment area. 10. Listing of Interested sources: InterNetwork Experts, 1955 Lakeway Dr. Ste 220, Lewisville, TX 75057, 469-549-3937, Contract Vehicle BPA W91RUS-05-A-0006 World Wide Technology, NAS5-02144, 60 Weldon Parkway, Saint Louis, MO 63043, 314-919-1431 11. Actions taken to remove barriers to competition: None. Market research determined there are resellers of these products. 12. Statement of Period of Performance and/or Delivery Schedule The Government anticipates a 30-day delivery period after contractor?s receipt of order. 13. Reference to Approved Acquisition Plan (AP) Not applicable. 14. Section 508 Compliance Required Section 508 documentation has been provided.
 
Place of Performance
Address: Landstuhl Regional Medical Center (LRMC),, U.S. Hospital, Geb. 3703,, ATTN: IMD, Landstuhl/Kirchberg
Zip Code: 66849
Country: GERMANY
 
Record
SN01125433-W 20060827/060825220128 (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.