Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOLICITATION NOTICE

D -- Computer related products

Notice Date
5/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Bureau Of Indian Affairs, Branch of Acquisition, 545 Marriott Dr, Suite 700, Nashville Tennessee 37214
 
ZIP Code
20191
 
Solicitation Number
RMS00070007
 
Response Due
5/31/2007
 
Archive Date
5/31/2007
 
Point of Contact
Ken Lloyd, Contracting Specialist , Phone No. 615-564-6970, Fax 615-564-6529
 
E-Mail Address
n/a
(n/a)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is a small business set-aside for Tribally Own, American Indian Own, and Alaskan Native Own Firms. Contractor must be an AUTHORIZED RESELLER AND CERTIFIED PARTNER OF CISCO. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation No. RMS00070007 herein is cited as a Request for Quotation (RFQ). The commercial items policies of FAR Part 12 will be used in conjunction with the simplified acquisition procedures of FAR Part 13. Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular FAC 2005-06(b). Contractor must be a Certified CISCO Partner and MUST offer a TRADE IN VALUE for 271 ea Nortel Switches, Device type BayStack 425-24T, Firmware 3.6.0.1, and Software 3.6.0.0. This requirement is to allow continuity of existing operating system within the BIA infrastructure. (Description): Description Quantity Unit Price Quote Amount 1. WS-C3750-24TS-S Catalyst 3750 24 10/100 + 2 SFP Std Multilayer Image 326 EA $________ $____________ , 2. CAB-STACK-50CM CISCO stackwise 50 cm stacking cables 328 EA $________ $____________, 3. CAB-A/C power cords 110V 349 ea $________ $____________, 4. CON-SNT-375024TS SMARTNET 8x5xNBD cat 3750 24 SFP Std Multilayer Image 326 ea $________ $____________, 5. WS-C3750-48TS-S Catalyst 3750 48 10/100 + 4 SFP Std Multilayer Image 6 EA $________ $____________, 6. CON-SNT-375048TS SMARTNET 8x5xNBD cat 3750 48 SFP Std Multilayer Image 6 ea $________ $____________, 7. WS-C4507R Catalyst 4500 Chasis (7-Slot) fan no p/s red sup capable 3 EA $________ $____________, 8. PWR-C45-1400AC Cataylst 4500 1400w ac Power supply 6 EA $________ $____________ 9. PWR-C45-1400AC/2 Cataylst 4500 1400w ac Power supply Redundant/Data Only 6 EA $________ $____________, 10. CAB-AC-2800W-TWLK US pwr cord twist lock, NEMA 6-20 plug 2 EA $________ $____________, 11. WS-X4013+ Catalyst 4500 supervisor II plus (IOS) 2ge console (RJ-45) 5 EA $________ $____________, 12. WS-X4013+/2 Catalyst 4705 redunant supervisor II plus (IOS) 2ge console (RJ-45) 3 EA $________ $____________, 13. S45IPBK9-12231SG CISCO CAT4500 IOS IP BASE SSH 2 EA $________ $____________, 14. WS-X4548-GB-RJ45 Catalyst 4500 enhanced 48 port 10/100/1000 Base-T (RJ-45) 6 EA $________ $____________, 15. CON-SNT-WS-C4507 8x5xNBD Svc Catalyst 4507R Series Modular Switch 3 EA$________ $____________. 16. CAB-7513AC AC pwr cord north america 110v 10 EA $________ $____________, 17. S45IPB-12231SGA CISCO CAT4500 IOS IP BASE W/0 CRYPTO 4 EA $________ $____________, 18. WS-X4448-GB-RJ45 Catalyst 4500 enhanced 48 port 10/100/1000 Base-T (RJ-45) 3EA $________ $____________, 19. WS-C4506 Catalyst 4500 Chasis 8 slot fan no p/s 2 EA $________ $____________, 20. CON-SNT-WS-C4506 8x5xNBD Svc for Catalyst 4506R series modular switch 2 EA $________ $____________ , 21. WS-C4503 Catalyst 4500 chassis 3 slots fan no p/s 1 EA $________ $____________,22. WS-X4013+TS Catalyst 4503 Supervisor II plus TS 12 10/100/1000 PoE+8 SFP slots 1 EA $________ $____________ , 23 CON-SNT-WS-C4503 8x5xNBD Svc for Catalyst 4503R series modular switch 1 EA $________ $____________ 24. WS-C3750G-12S-S Catalyst 3750 12 SFP std multilayer image 1EA $________ $____________, 25. CON-SNT-3750G12S SMARTNET 8x5xNBD Catalyst 3750 12 SEP std multilayer images 1 EA $________ $____________ 26. WS-C3750-24TS-E Catalyst 3750 24 10/100 + 2 SFP Enhanced multilayer images 1 ea $________ $____________, 27. CON-SNT-375024TE SMARTNET 8x5xNBD Catalyst 3750 24 enhanced mutilayer image 1 EA $________ $____________, 28. GLC-SX-MM GE SFP LC connector SX transceiver 150 EA $________ $____________, 29. GLC-T1000base T SFP 150 EA $________ $____________, 30. CISCO3825-HSEC/K9 3825 Bund. w/aim-vpn/ssl-3 adv. IP Serv 25 SSL 128F/512D 10 EA $________ $____________, 31. NM-16ESW-IGIC 1 16 port 10/100 etherswitch NM w/ 1 GE (1000 base T) port 2 EA $________ $____________, 32. WIC-1T 1 port serial wan interface card 7 EA $________ $____________, 33. ROUTER-SDM Device manager for routers 13 EA $________ $____________, 34. S382AISK9-12409T CISCO 3825 advanced IP services 13 EA $________ $____________, 35. GE-DCARD-ESW 1 GE 1000baseT for etherswith modules 3 EA $________ $____________, 36. PWR-3825-AC CISCO 3825 power supply 13 EA $________ $____________, 37. FL-WEBVPN-25-K9 Feature License IOS SSL VPN up to 25 Users (Incremental) 11 EA $________ $____________, 38. MEM3800-256U512D 256 to 512MB DRAM (single DIMM) factory upgrade for 3800 13 EA $________ $____________,39. MEM3800-64U128CF 64 to 128 MB CF factory upgrade for CISCO 3800 series 13 EA $________ $____________, 40. AIM-VPNSSL-3 DES/3DES/AES/SSL VPN encrption/compression 13 EA $________ $____________, 41. CON-SNT-3825HSEC SMARTNET 8x5xNBD 3825 security bundle 10 EA $________ $____________, 42. WIC-2T 2 port series WAN interface card 4 EA $________ $____________, 43. CISCO3845-HSEC/K9 3845 Bund. w/aim-vpn/ssl-3 advanced IP Serv 25 SSL Lic. 128F/512D 3 EA $________ $____________, 44. PWR-3845-AC/2 Cisco 3845 redundant a/c power supply 3 EA $________ $____________, 45. HWIC-4T 4-port serial HWIC 3 EA $________ $____________, 46. HWIC-D-9ESW Nine port 10/100 ethernet switch interface card 6 EA $________ $____________, 47. CAB-SS-V35FC DCE female to smart serial 10 ft 3 EA $________ $____________, 48. CAB-SS-V35MT DTE male to smart serial 10 ft. 15 EA $________ $____________, 49. CON-SNT-3845HSEC SMARTNET 8x5xNBD 3845 security bundle 3 EA $________ $____________. All product shall be "New" and "Warranted." All product shall be Manufactured thru CISCO authorized manufactured Channel and delivered in its orginal package. Contractor shall provide BIA with a copy of the End user License agreement,and shall warrant that all manufacture software is licensed orginally to BIA as orginal authorized user. Quotation shall include the complete purchase price of the above items including delivery charges,discounts,and TRADE IN VALUE for the 271 ea Nortel swithces. Item Description/Specifications: Furnish and deliver commerical items as specified above. Delivery shall be made within 30 days from the date of award. Delivery shall be made FOB destination to Central Office Herndon, 625 Herndon Parkway, Herndon VA 20170 Attn: Dominic Prate. FAR Clause 52.212-1, Instructions to Offerors–Commerical Items (including any addenda), applies to this acquisition. Award will be made at a fair and reasonable price to the responsive and responsible quoter whose quote conforming to the requirements herein will be the most advantageous to the Government, price and other factors considered. FAR Clause 52.212-4, Contract Terms and Conditions–Commercial Items (including any addenda), applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition. The Federal Acquisition Regulations clauses and provisions are available in the Internet at: www.arnet.gov/far or may be requested from the Contract Specialist. SIGNED AND DATED quotations, along with a copy of the contractor's Authorized CISCO Reseller/Partnership Certification document, a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications–Commercial Items, and a copy of quoter's Central Contracting Registration (CCR) are due at the Bureau of Indian Affairs, Eastern Regional Office, Division of Acquisition, Attention: Ken Lloyd, 545 Marriott Dr, STE 700, Nashville TN 37214 by Close of Business MAY 31, 2007. Quotes submitted by facsimile will not be accepted. Any further questions regarding this announcement may be directed to Mr. Ken Lloyd, Contract Specialist, at 615-564-6970 or in writing to fax number (615) 564-6529. Effective October 1, 2003, vendors shall be registered in the CCR in order to receive awards from the Federal Government. To register or learn more about the CCR, go to: http://www.ccr.gov. This is a notice for request for quotes only. The Government is in no way obligated to do business with or to enter into in any form of contract with any person, firm or other entity that receives this inquiry. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
n/a
(http://www.fbo.gov/spg/DOI/BIA/RestonVA/RMS00070007/listing.html)
 
Place of Performance
Address: n/a
Zip Code: n/a
Country: US
 
Record
SN01295905-F 20070518/070516221921 (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.