MODIFICATION
70 -- Enterasys Network Equipment
- Notice Date
- 9/21/2007
- Notice Type
- Modification
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SP3100-7261-9501
- Response Due
- 9/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this amendment is to revise the CLIN numbers to correct the duplication of CLIN 0013. CLIN 0013 is for product number MGBIC-LC03 Mini-GBIC with 1000 Base-LX/LH (long-haul 2km) over multimode fiber via LC connector, Quantity Required: 4. CLIN 0014 is for product number: C2CAB-SHORT 12 inch stacking cable, Quantity Required: 8. CLIN 0015 is for product number C2CAB-LONG 1 meter stacking cable, Quantity Required: 8. The information is corrected below. 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3100-7261-9501. The Defense Distribution Center located in New Cumberland, PA has a requirement for Enterasys network hardware at DDHU. This is a brand name requirement. A justification for other than full and open competition was executed and the rationale for the justification is included in this combined synopsis/solicitation. This is a small business set aside. The NAICs code is 334210 and the size standard is 1,000 employees. CLIN 0001 is for product number: N7-SYSTEM-R?Matrix N7 System Bundle including chassis, fan tray, and one chassis power supply, Quantity Required: 2 ea. CLIN 0002 is for product number: 7G4282-49?Platinum DFE with 48 1/100/1000Base-TX ports via RJ45 connectors and one expansion module slot, Quantity Required: 2 ea. CLIN 0003 is for product number: 7G-6MGBIC-A?Network expansion module (NEM) with 6 1000 Base-X ports via mini-GBIC, Quantity Required: 1 ea. CLIN 0004 is for product number: 7G4280-19?Platinum DFE with 18 1000Base-X ports via mini-GBIC and one expansion module slot, Quantity Required: 3 ea. CLIN 0005 is for product number: 1H582-51?Matrix E1 workgroup switch with 48 10/100Base-TX ports via RJ45 and 3 expansion slots (WS-48) Quantity Required: 1 ea. CLIN 0006 is for product number: 1H582-25, Matrix E1 workgroup switch with 24 10/100Base-TX ports via RJ45 and 1 expansion slot (WS-24), Quantity Required: 1 ea. CLIN 0007 is for product number: 1G2TX?2 port 1000Base-T uplink expansion modules (for Matrix E1), Quantity Required: 2 ea. CLIN 0008 is for product number: C3G124-24?SecureStack C3 with 24 10/100/1000 ports via RJ45 and 4 Mini GBIC Ports, Quantity Required: 43 ea. CLIN 0009 is for product number: C3G124-48?Secure Stack C3 with 48 10/100/1000 ports via RJ45 and 4 Mini GBIC Slots, Quantity Required: 20 ea. CLIN 0010 is for product number: MGBIC-LC09?Mini-GBIC with 1000Base-LX port via LC connector, Quantity Required: 29, CLIN 0011 is for product number: MGBIC-LC01?Mini-GBIC with 1000Base-SX port via LC connection, Quantity Required: 69, CLIN 0012 is for product number: MGBIC-02?Mini GBIC with 1000 Base-TX port via RJ45 connector, Quantity Required: 2, CLIN 0013 is for product number MGBIC-LC03 Mini-GBIC with 1000 Base-LX/LH (long-haul 2km) over multimode fiber via LC connector, Quantity Required: 4. CLIN 0014 is for product number: C2CAB-SHORT 12 inch stacking cable, Quantity Required: 8. CLIN 0015 is for product number C2CAB-LONG 1 meter stacking cable, Quantity Required: 8. Offerors shall provide the unit price for CLIN and the total amount, inclusive of shipping costs (FOB Destination). Delivery will be made to the following address: Defense Logistics Agency DDHU-G, Bldg 849, Room B-26, 5851 F Ave., Hill AFB UT 84056. Delivery is required 14 days after receipt of order. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price who can meet our delivery and brand name requirements. Please provide delivery terms with your quote. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-19. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-6 (ALT I), 52.219-4, 52.219-6, 52.219-8, 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, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7012, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023; 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 on an all or none basis to the responsible offeror whose offer is the lowest price who can meet our delivery. 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 karen.ghani@dla.mil, Request for Quote Number SP3100-7261-9501. Prices and representations/certifications are required NLT 12:00 PM EST on September 25, 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 CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. Brand Name Justification Justification for Enterasys switches and routers for use on DDHU Local Area Network (LAN): 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. Enterasys network switching equipment is the hardware installed at sixteen Distribution Depots located in CONUS. This standardization was planned in part due to the network infrastructure configuration at the time of the DDC stand up. 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. In order to increase network security according to the DLA Telecommunications Infrastructure Plan, Objective 3.1, DDC will centrally manage and operate to the port and device level all its data communications network assets. The tool in use is Netsight Management Suite; this software is compatible only with Enterasys network hardware. This increases our effectiveness to maintain DDC networks that are functional, dependable and available in support of our mission. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Place of Performance
- Address: Defense Distribution Depot Hill Air Force Base
- Zip Code: 84056
- Country: UNITED STATES
- Zip Code: 84056
- Record
- SN01414783-W 20070924/070922223513 (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 |