Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2007 FBO #1976
SOURCES SOUGHT

70 -- CISCO, RARITAN (GSA SCHEDULE)

Notice Date
4/23/2007
 
Notice Type
Sources Sought
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045-747750
 
Response Due
4/25/2007
 
Archive Date
10/22/2007
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice, which constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1045-747750 and is issued as a request for quotation (RFQ). If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this sources sought notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 39570. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the seller's name or the seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-04-25 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Arlington, VA 22209 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Cisco Catalyst 2960G - 48TC - Switch - 44 ports - EN, Fast EN, Gigabit EN - 10Base-T, 100Base-TX, 1000Base-T + 4x10/100/1000Base-T/SFP (mini-GBIC) (uplink) - 1U P/N: WS-C2960G-48TC-L, 1, EA; LI 002, Cisco Power Cable - NEMA 5-15 (M) - IEC 320 EN 60320 C13 (F) P/N: CAB-AC, 3, EA; LI 003, Cisco SMARTnet - Extended service agreement - replacement (for switch with 48 ports) - 1 year - 8x5 - NBD P/N: CON-SNT-C2960G4C, 1, EA; LI 004, Cisco ASA 5520 Firewall Edition - Security appliance - 0/1 - Fast EN, Gigabit EN - 1U - rack-mountable P/N: ASA5520-BUN-K9, 2, EA; LI 005, Cisco ASA 5500 - (v 7.2) - license - 1 appliance P/N: SF-ASA-7.2-KB, 2, EA; LI 006, Cisco ASA 5500 Series SSL VPN license - License 25 users P/N: ASA5500-SSL-25, 2, EA; LI 007, Cisco ASA 5520 VPN Plus - License - 750 peers P/N: ASA5520-VPN-PL, 2, EA; LI 008, Cisco ASA 5500 strong Encryption License (3DES/AES) - 5 P/N: ASA5500-ENCR-K9, 2, EA; LI 009, Cisco VPN Client Software (Windows, Solaris, Linux, Mac) - 3 P/N: ASA-VPN-CLNT-K9, 2, EA; LI 010, CISCO ASA/IPS SSM SLOT COVER- 6 P/N: SSM-BLANK, 2, EA; LI 011, Cisco SMARTnet - Extended Service Agreement - Replacement - 1 year - 8x5 - NBD P/N: CON-SNT-AS2BUNK9, 2, EA; LI 012, Cisco Security Manager Enterprise Edition (Standard-5) - (v 3.0) - complete package - 5 devices P/N: CSMST5-3.0-K9, 1, EA; LI 013, WhatsUp Gold Premium - (v 11) - complete package -up to 100 devices - CD - Win P/N: NM-6620-0011, 1, EA; LI 014, Cisco Secure Access Control Server Solution Engine - (v 4.1) - version upgrade license - 1 server - upgrade from 3.x - Win, 2, EA; LI 015, Foundry 3 slot 2U High Server Iron Chassis Equipped with one AC power supply (no management) P/N: S350, 2, EA; LI 016, Foundry Web Switch Management module with 2BP integrated SSL and 1MP P/N: WSM6-SSL-2, 2, EA; LI 017, 600W, AC power supply for Fastiron Edge PoE only P/N: RPS8, 2, EA; LI 018, Foundry JetCore Ethernet Interface Module - Expansion module - Fast EN, Gigabit EN - 100Base - TX, 1000Base-T - 16 ports P/N: J-B16GC, 2, EA; LI 019, Technet GOLD Support ServerIron 350/450/850 systems P/N: GOLD-SI-3BP, 2, EA; LI 020, Cisco Services for Intrusion Prevention Systems Advance Replacement - Extended service agreement - replacement - 1 year - on-site - 24x7-4h P/N: CON-SUO3-IDS4215, 1, EA; LI 021, Raritan Dominion SX DSXA - 32 - DL - Console server - 32 ports - EN, Fast EN - 1U P/N: DSXA-32-DL, 1, EA; LI 022, Raritan Crossover cable - RJ-45 (M) - RJ-45 (M) - (CAT 5) P/N: CRLVR-15, 20, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. NEW ONLY. NO REFURBISHED. NO RECONDITIONED ITEMS ARE ACCEPTABLE. This Justification and Approval (J&A) on a brand name only basis is for the purchase of a Cisco Catalyst 2960G switch and its components. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company.? The Cisco Catalyst 2960G switch will provide additional port density for Database server backend. This switch will replace the legacy 10/100 Cisco switch which is 4 years old. ? The Cisco AS firewalls will replace existing Pix firewalls which are also 4 years old; this device provides enhanced throughput, firewall functions, and SSL VPN capabilities. ? SSL VPN licenses are to support Phase 2/ Phase 3 processing from EDV. Licenses will also support remote management during the Phase 1 processing period. ? Central Management software is for security appliances to include firewalls, Intrusion Detection System, and Integrated Service Routers ? Upgrade for existing Authentication software which authenticates VPN access/network device console access. Authentication software creates authentication audit reports ? New ServerIron Chassis based Load Balancing devices to replace existing equipment which is 4 years old. These devices provide enhanced load balancing capabilities and enhanced SSL authentication capabilities while providing integrated port density to improve network performance ? Appliance with weekly Cisco Intrusions definitions updates Remote management for network device console access The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority.As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements as a key component of the Department?s networking system. Results obtain by the Bureau?s System Engineering Task Team in tests and reviews of other manufacturers? switches indicated that Cisco switches most closely meet the DoS?s processing, redundancy, and management requirements. The Cisco Catalyst 2960G switch and the above detailed components are replacements for existing equipment that is now 4 years old. The new switch and its components will improve functionality and performance, and will enhance security features already in place. The requested switch and components will be deployed at a DoS facility which has established an environment in which Cisco switches and other Cisco equipment is used. In the interest of overall cost economy, reliability, and ease of administration, the continued use of Cisco switches and components eliminates the need to procure, maintain, and account for spare part inventories for multiple manufacturers? configurations or to manage multiple vendors? yearly support and maintenance agreements. The Cisco Catalyst switch has been evaluated and approved by the Bureau of Consular Affairs? Configuration Control Board and will be added to the Consular HW Baseline. The Cisco Catalyst switch has undergone test and assessment and received final approval from the Department of State IT Configuration Control Board. The requirement will be competed as the IT community responds to price requests on FedBid. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. D) Full Cisco warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. To bid on this requirement, Sellers must be Cisco Gold, Silver or Premier Partners. NO EXCEPTIONS
 
Web Link
www.fedbid.com (b-39570, n-5695)
(http://www.fedbid.com)
 
Place of Performance
Address: Arlington, VA 22209
Zip Code: 22209
Country: US
 
Record
SN01279139-W 20070425/070423220345 (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.