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 -- APC SMART UPS & CISCO

Notice Date
4/23/2007
 
Notice Type
Sources Sought
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045-747752
 
Response Due
4/24/2007
 
Archive Date
10/21/2007
 
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 1045-747752 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. 39421_01. 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 2007-04-24 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, APC Smart-UPS 2200VA 120VAC, 2U Rackmount UPS, USB, Serial (8) Outlets p/n: SUA2200RM2U, 35, EA; LI 002, CISCO Catalyst 2960 24 10 / 100 + 2 1000BT LAN Base Image p/n: WS-C2960-24TT-L, 2, EA; LI 003, CISCO 2821 w / AC PWR, 2GE, 4HWICs, 3PVDM, 1NME-X, 2AIM, IP BASE, 64F / 256D (as per attached specifications) p/n: CISCO2821 (please see attachment for specifications), 1, EA; LI 004, CISCO Catalyst 3750 48 10 / 100 / 1000T + 4 SFP Enhanced Multilayer p/n: WS-C3750G-48TS-E, 1, EA; LI 005, CISCO GE SFP, LC connector SX Transceiver p/n: GLC-SX-MM, 4, 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 use of the APC 120V Smart UPS. 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.CA/CST requires the APC 120V Smart UPS for use as a key component for the IV&V server room. The APC brand name is required because it is the only UPS that responds to and follows the commands of PowerChute, the software that Consular Affairs uses to generate start-up and shut-down scripts. These scripts ensure that the database is protected. In summation, CA/CST believes that it is in the best interests of the Government to acquire the requested APC 120V Smart UPS without delay so that the pilot testing required for the verification of field functionality can commence as scheduled. 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.The APC 120V Smart UPS has undergone test and assessment, evaluation for overseas deployments and received final approval from the Department of State Consular Affairs Configuration Control Board. This Justification and Approval (J&A) on a brand name only basis is for the purchase of a Cisco 2960 Switch, Cisco 2721 Router, Cisco Catalyst 3750, and Cisco GBIC modules, which will form a switch and router solution for IV&V. 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 2960 24 port switch is a fixed-configuration switch that provides wire-speed Fast Ethernet and Gigabit Ethernet connectivity for small and medium-sized networks. The switch provides 24 10/100-Mbps ports for edge connectivity, enhanced security, high availability, and advanced quality of service. The Bureau?s Systems Engineering Task Team was tasked with evaluating the Cisco Catalyst 2960 24 port switch. Systems Engineering determined that the product fulfilled the following requirements: ? The switch must provide wire speeds of 10/100 GB. ? The switch must provide reliable connectivity between the eDV Web servers and database servers. ? The switch must be able to provide port density for the domain controllers and monitoring servers. 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. The current CISCO switches and router has not previously had any problems; however, the aging switches have been in service for about 6-7 years now and have not been replaced. Hardware may start failing soon and it is in CA?s best interest to be ready to replace the Cisco switches with new switches right away. It could take days to replace a CISCO component, which could potentially mean unnecessary downtime. The main reason for the equipment; however, is to expand the network. With the amount of systems that CA has, CA is rapidly running out of ports on the network and is preparing for future needs. Cisco Systems is a leading network appliance manufacturer and has a proven industry record for robustness, reliability, and functionality. Cisco appliances have been implemented in private and government sectors, including DOD and intelligence agencies. Cisco Systems has comprehensive and rigid testing criteria for their certified engineers. They have continually increased the number of qualified engineers who support their products worldwide. The Cisco Catalyst 2960 24 port switch has been, and continues to be, a key component in many network architecture implementations and deployments. This is due to the success of the Cisco Catalyst 2960 24 port switch in providing network performance, reliability, expandability, functionality, connectivity, and security, as well as minimizing the vulnerability of network systems in Internet, intranet, and extranet solutions. The Cisco equipment was selected for this purpose because results obtained by the Bureau?s Systems Engineering Task Team in tests and reviews of other manufacturer?s servers indicated that it most closely met the Department of State?s throughput, processing and redundancy requirements. It has been approved by the Bureau of Consular Affairs? Configuration Control Board and is being added to the Consular HW Baseline. 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.
 
Web Link
www.fedbid.com (b-39421_01, n-5679)
(http://www.fedbid.com)
 
Place of Performance
Address: Arlington, VA 22209
Zip Code: 22209
Country: US
 
Record
SN01279147-W 20070425/070423220353 (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.