SOLICITATION NOTICE
58 -- Network Hardware Upgrade
- Notice Date
- 4/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-7029-3047
- Response Due
- 5/8/2007
- Archive Date
- 5/23/2007
- Small Business Set-Aside
- Total Small Business
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is Reference Number 7029-3047. The Defense Distribution Center Susquehanna, PA (DDSP) has a requirement to upgrade existing Network Hardware as explained below: This RFQ is a small business set-aside. The North American Industry Classification System (NAICS) Code is 334210 and the business size standard is 1,000 employees. Contractor shall provide the following upgrades to the Network Hardware: CLIN 0001, 25 ea Switch, Secure Stack C3 24 Port GIG SFP, Enterasys #C3G124-24-G CLIN 0002, 4 ea Switch, Secure Stack C3 48 Port GIG SFP, Enterasys #C3G124-48-G CLIN 0003, 65 ea Transceiver, Mini Gigabit Interface Converter, 1000 Base-LX Mini GBIC w/LC Connector, Enterasys #MGBIC-L09 (or equal) Salient Characteristics: See below CLIN 0004, 75 ea Transceiver, Mini Gigabit Interface Converter, 1000 Base-SX Mini GBIC w/LC Connector, Enterasys #MGBIC-L01 (or equal) Salient Characteristics: See below CLIN 0005, 10 ea Cable, Secure Stack, Stacking Cable for use with either C2 or B2 Switches. CLIN 0006. 2 ea Switch, Secure Stack C2 24 Port SFP, Enterasys #C2G170-24-G Place of delivery: Defense Distribution Center 2001 Mission Drive New Cumberland, PA 17070 Delivery is required 30 days after receipt of order. Offerors shall propose FOB Destination pricing and indicate whether or not the Government Visa Credit Card is accepted for payment. Vendors must provide the brand name Enterasys part numbers for the switches (CLINS 0001, 0002, 0003). Following is the justification to limit sources to the brand name product: DDC has installed local area networks; LANs, throughout its Distribution Depots across the globe supporting the DLA logistical mission to support the War Fighter. Each depot has its own network installed per IEEE 802.3, EIA/TIA, and DLA standards and policies comprised of a sole manufacturer network hardware configuration. This sole manufacturer network hardware configuration has enhanced our management capabilities of DDC funds by reducing the number of maintenance support contracts, decreasing the multiple vendor training requirements for site IT personnel, and eliminating the need for various ancillary IT equipment or software installations required to allow functionality between multi vendor equipment. The configuration of our network using equipment from a sole manufacturer strengthens network management abilities allowing the identification of specific data software tools used for local area/wide area network management oversight. This increases our effectiveness to maintain DDC networks that are functional, dependable and available in support of our mission. Enterasys network switching equipment is the hardware installed at the Distribution Depot located in DDSP New Cumberland, PA. This standardization was planned in part due to the network infrastructure configuration at the time of the DDC stand up. The use of Enterasys SecureStack C2 and C3 network switching platforms will enhance network capabilities using key features as: SecureStack C2: ? The extensive security features built into all SecureStack C2 switches make them an important part of Enterasys Secure Networks, and enable Secure Networks to be extended to the network edge. ? A single stack density is now increased to an industry-leading 360 gigabit ports or 384 10/100 ports with 32 gigabit uplinks. ? Reliability and availability is assured with support for Closed Loop Stacking, redundant core connections, redundant power options and redundant stack management. ? Maintain existing network hardware architecture enabling ease of integration into the current network management configuration. SecureStack C3: ? The extensive security features built into all SecureStack C3 switches make them an important part of Enterasys Secure Networks, and enable Secure Networks to be extended to the network edge. ? The SecureStack C3 delivers an industry leading 384 Gigabit ports in a single stack. ? The C3 provides extensive security features and is an important part of extending Enterasys Secure Networks to the network edge. ? The extensive Layer 2 and Layer 3 feature set includes optional support for IPv6. Vendors may propose a either brand name or equal product for the transceivers (CLINS 0003, 0004). Salient characteristics for those products are listed below. If proposing an ?or equal? product, vendors must submit technical information that demonstrates the proposed product meets the required specifications. Salient Characteristics CLIN 0003 and 0004: Expansion Modules LC01 (SFP) LC09 (SFP) Ethernet 1000Base-SX 1000Base-LX Cable Multimode Single Mode 50/25 or 62.5/125 Cable Type ?m MMF 9 or 10 ?m SMF Maximum Distance 20-550 m 2m-10KM (SMF) Wave Length 850 nm wavelength 1310 nm wavelength Connector LC Connector LC Connector Maximum Input Power 0 dBm -3 dBm Transmit Power -9.5 dBm minimum -9.5 dBm (SMF) Receive Sensitivity -17 dBm -2 dBm Link Power Budget 7.5 dB 10.5 dB (SMF) Physical Specifications Dimensions Approx ? 2.06 cm (0.81?) H x 13.41 cm (5.28?) W x 17.75 D cm (0.45?) Approx ? 0.45 kg (1.0 lb) Mini-GBIC Dimensions 0.86 cm (0.337?) H x 1.39 cm (0.547?) W x 5.35 cm (2.108?) D Environmental Specifications Operating Temperature 5?C to 40?C (41?F to 104?F) Storage Temperature -30?C to 73?C (-22?F to 164?F) Operating Humidity 5% to 90% (non-condensing) Regulatory Compliance Safety UL 60950, CSA 60950, EN 60950, EN 60825 and IEC 60950 Electromagnetic Capability 47 CFR Parts 2 and 15, CSA C108.8, EN 55502, EN 55024, EN 61000-3-2, EN 61000-3-3, AS/NZS CISPR 22, and VCCI V-3 This notice incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DFARS Change Notice (DCN) 20070327. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text: FAR 52.212-1 ? INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Addenda to 52.212-1: The following paragraph is hereby deleted from this provision: (i)Availability of requirements documents cited in the solicitation; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4 CONTRACT TERMS AND CONDITIIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS to include 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-36; FAR 52.211-6 (applicable to CLINS 0003, 0004, 0006); DFARS 252.212-7001 ? CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE to include FAR 52.203-3 and 252.225-7012; AND DFARS 252.212-7000 ? OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice to the lowest offeror that meets product and delivery requirements. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to matthew.ryan@dla.mil and margaret.ross@dla.mil, Request for quote number 7029-3047. Prices, technical information, and representations/certifications are required NLT 01:00 PM EST on May 8, 2007. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. The name and telephone number of the individual to contact for information regarding this solicitation is Matt Ryan, Contract Specialist, Phone 717-770-5092 or Meg Ross, Contracting Officer, Phone (717) 770-6611.
- Place of Performance
- Address: Defense Distribution Center, J Avenue, Bldg. 404 (DDC-AB), New Cumberland, PA
- Zip Code: 17070-5000
- Country: UNITED STATES
- Zip Code: 17070-5000
- Record
- SN01277549-W 20070422/070420220114 (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 |