Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2007 FBO #2125
SOLICITATION NOTICE

70 -- Gigamon Software

Notice Date
9/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
 
ZIP Code
62225-5406
 
Solicitation Number
DHQCAP07MP60038
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Point of Contact
James Franey, Contract Specialist, Phone 618-229-9346, Fax 618-229-9507, - James Franey, Contract Specialist, Phone 618-229-9346, Fax 618-229-9507,
 
E-Mail Address
james.franey@disa.mil, james.franey@disa.mil
 
Description
Referance #: DHQCAP07MP60038 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Net-Centric Services Branch, Hardware/Software Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue 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. This acquisition is for the purchase of Gigamon Software for DISA. All quotes must be for BRAND NEW products. Quotes for used, re-furbished, etc items will not be accepted. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. All quotes are due NLT 24 September 2007, 4pm CST. Questions will be accepted until 21 Sep 2007, 10am CST. Please contact Tara.Whitaker@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED RFQ: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ Immediate Requirement for SIPR DECCs Part # Description QTY Unit Price Total Cost GVS-132 GigaVUE-MP Data Access Switch with eight (8) 10/100/1000 RJ45 ports, three (3) available expansion slots, plus 10 G copper stacking port on rear panel. Includes CLI software. 11 SVC-000 2nd year software subscription and hardware maintenance is a 12% of the current list price at time of original order. 15% if purchased at a later date. 11 Ogden DMZ Part # Description QTY Unit Price Total Cost GVS-132 GigaVUE-MP Data Access Switch with eight (8) 10/100/1000 RJ45 ports, three (3) available expansion slots, plus 10 G copper stacking port on rear panel. Includes CLI software. 2 GPT-400 GigaPORT 4 port expansion module 6 CBL-005 5 meter Infiniband copper stacking cable 1 SVC-000 2nd year software subscription and hardware maintenance is a 12% of the current list price at time of original order. 15% if purchased at a later date. 2 Totals: GigaVUE-MP Data Access Switch 13 GigaPORT 4 port expansion module 6 5 meter Infiniband copper stacking cable 1 Service 13 The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services. DEFENSE INFORMATION SYSTEMS AGENCY (DISA) JUSTIFICATION AND APPROVAL (J&A) FOR OTHER THAN FULL AND OPEN COMPETITION STATEMENT PURCHASE - SIPRNet and Ogden DMZ GIGAMONS, Ogden DMZ Lantronix ? CORAS 523685 Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). I. Requiring and - contracting activity: Agency: Defense Information Systems Agency ? Computing Services 5600 Columbia Pike Falls Church, VA 22041 (POC: Sandy Burns, 703-681-2521) Contracting Activity: Defense Information Technology Contracting Organization (DITCO) Scott Field Office 2300 East Drive Scott AFB, IL 62225-5406 II. Nature of Action The Defense Information Systems Agency (DISA) Computing Services (CS) has a requirement to acquire a Network Packet Capture and Analysis solution to enable statistical analysis of the quantity and type of network traffic, the real or near-real time trouble-shooting of found or suspected problems or anomalies and the monitoring of overall performance levels in an effort to identify failures to meet Service Level Agreement objectives. The scope of this initiative is to establish and implement an enterprise wide solution that will proactively monitor and troubleshoot network problems at the packet level. The current and future infrastructure will require multiple points of visibility. Combined, the points to acquire data will consist of multiple data rates and multiple media types. Media conversion will be handled by the routers and switches supporting infrastructure data; however, the Network Packet Capture solution must be able to simultaneously capture data at 1Gbps on multiple data points. The media type supported for this data rate is copper Ethernet at 100Mpbs and 1Gbps. Since multiple network points are identified for packet capturing, a versatile and cost effective solution is required to support one-to-one, aggregation, and replication relationships between inbound and outbound ports. This adaptability allows more flexibility when designating what infrastructure devices and Network Packet Capture tools connect to the unit. For example, two connections, one from a primary router and the other from a standby router, will need to be monitored simultaneously to determine why and when a failover occurs. Conditions also require that data coming from a network device will have to be simultaneously monitored by multiple tools. The equipment requested under this initiative is selected based on current and planned standardization and upgrades within the CSD architecture. III. Description of Acquisition / Supplies / Services: One purpose of this acquisition is to install SIPRNet data-access switches to support classified data aggregation and replication for packet capturing and analysis at the following sites. SIPR Site SMC/PE Oklahoma ISC/PE San Antonio SMC/PE Montgomery SMC/PE Mechanicsburg ISC/PE Columbus SMC/PE Ogden PE Dayton PE Chambersburg PE St. Louis PE Warner Robins PE Denver Another purpose of this acquisition is to install NIPRNet data-access switches to support unclassified data aggregation and replication for packet capturing and analysis in the new Ogden DMZ. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DISA/D4AD/DITCO/DHQCAP07MP60038/listing.html)
 
Place of Performance
Address: DISA CSD Logistics Section Overcash Avenue Letterkenny Army Depot Chambersburg, PA ATTN: Lisa Hoover
Zip Code: 17201-4123
Country: UNITED STATES
 
Record
SN01411939-F 20070921/070920092645 (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.