Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

D -- CISCO COMMUNICATION HARDWARE - DOL110RQ21097 - CISCO BRAND NAME J&A

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL110RQ21097
 
Archive Date
9/17/2010
 
Point of Contact
Ronald J Jordan, Phone: 202-693-4595
 
E-Mail Address
jordan.ronald@dol.gov
(jordan.ronald@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
DOL110RQ21097 - CISCO BRAND NAME J&A (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, in conjunction with FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number is DOL110RQ21097. This solicitation is issued as a Request for Quotations (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. (iv) This solicitation is not being issued as a set-aside. This solicitation is being issued under NAICS 541519 (SBA Size Standard: $25 million). (v) The following contract line item numbers (CLINs) and items, quantities and units of measure apply to this acquisition: CLIN PART NUMBER DESCRIPTION QTY 0001 VS-C6509E-S720-10G Catalyst 6509-E 9-Slot 10 Gigabit Ethernet Switch with Virtual Switching Supervisor Engine 720 3C 6 0002 VS-C6506E-S720-10G Catalyst 6506-E 6-Slot 10 Gigabit Ethernet Switch with Supervisor Engine 720 3C, 12U 4 0003 MEM-C6K-CPTFL1GB 1GB CompactFlash Memory Card for Catalyst 6500 Series 9 0004 MEM-C6K-CPTFL1GB= Catalyst 6500 Compact Flash Memory 1GB 1 0005 MEM-XCEF720-1GB= Govt. 1GB DDR SDRAM Upgrade for Catalyst 6500 Series DFC 1 0006 MEM-MSFC3-1GB= 1GB Memory Upgrade for SUP720, SUP 7203B, MSFC2A 1 0007 WS-CAC-6000W Govt. Catalyst 6500 6000 Watt AC Power Supply 19 0008 WS-CAC-6000W= Catalyst 6500 6000W AC Power Supply - Spare 2 0009 CAB-C19-CBN Jumper Power Cord for MDS 9500 Series, C20-C19 Connectors 42 0010 CAB-AC-2500W-US1 6000 Power Cord, 250V AC 20A, Straight Blade NEMA 6-20 plug, US 2 0011 SV33AIK9-12233SXH IOS Advanced IP Services SSH 12.2(33)SXH, Complete Package 10 0012 S323AIK9-12233SXI CISCO CAT6000-SUP32 IOS Advanced IP Services SSH 1 0013 6500-SW-SPARECD SPARE CD FOR CATALYST6500 SOFTWARE 11 0014 WS-X6716-10G-3C Catalyst 6500 16 port 10 Gigabit Ethernet w/ DFC3C (req X2) 6 0015 X2-10GB-SR 10GBASE-SR X2 Module 40 0016 GLC-SX-MM Govt. GE SFP LC Connector 2 0017 GLC-SX-MM= Govt. 1000Base-SX SFP (Mini-GBIC) GE SFP LC SX Transceiver 2 0018 WS-X6516A-GBIC Catalyst 6500 Mixed Media GigEthernet Module 11 0019 WS-X6748-GE-TX Cat6500 48-port 10/100/1000 GE Mod: fabric enabled RJ-45 15 0020 WS-X6148A-GE-TX Govt. Catalyst 6500 48-port 10 / 100 / 1000 w / Jumbo Frame 4 0021 ASA5540-BUN-K9 ASA 5540 Appliance, 3DES / AES 1 0022 ASA-AC-E-5540= AnyConnect Essentials VPN License - ASA 5540 (2500 Users) 1 0023 IO-CONTROLR-BLANK= 7200 IO controller blank 7200 IO controller blank 2 0024 WS-C2960G-48TC-L Catalyst 2960 (48) 10 / 100 / 1000 (4) Dual-purpose Uplink Ports LAN Base Image 1 0025 SMARTNET Below 0026 CON-SNT-V6509E72 US Only SMARTnet 8X5 Next Business Day 6 0027 CON-SNT-V6506E72 US Only SMARTnet 8X5 Next Business Day 4 0028 CON-SNT-AS4BUNK9 US Only SMARTnet 8X5 Next Business Day 1 0029 CON-SNT-C2960G4C US Only SMARTnet 8X5 Next Business Day 1 Stock Qty 0030 GLC-SX-MM= Govt. 1000Base-SX SFP (Mini-GBIC) GE SFP LC SX Transceiver 8 Fiber Qty 0031 F-PV-MM-SCSC-25 FIBER / PVC / MULTIMODE 25m 10 0032 F-PV-MM-LCSC-20 FIBER / PVC / MULTIMODE 20M 10 0033 F-PV-MM-LCSC-10 Govt. Fiber Patch Cable, LC-SC, Multimode, 10m 10 0034 F-PV-MM-SCSC-10 FIBER / PVC / MULTIMODE 10M 10 0035 N452-000 Fiber Optic Cable Coupler, SC-SC 4 0036 N455-000 Fiber Optic Cable Coupler, LC / LC, Duplex Multimode 4 0037 CAT6-BLU-B-07 CAT6 7FEET BLUE BOOTED 100 0038 CAT6-BLU-B-10 CAT6 10 FEET BLUE BOOTED 100 0039 R6G088-R-100 Cat5 RJ-45 Modular Plug (100-pack) 2 0040 A7L704-1000-BLU Cat6 UTP Gigabit Bulk Solid Cable, Blue, 1000ft 2 0041 LH1700A-SC-US Pure Networking 100BaseTX to 100BaseFX Media Converter, SC 1 (vi) Description of requirements for the services to be acquired : The contractor shall provide CISCO hardware to replace end of life hardware in support of the ECN/DCN. This requirement is being issued as a Brand Name for the HP items identified in section (v) above. (vii) Delivery shall occur within thirty (30) days after purchase order award. (viii) The provision at 52.212-2, Evaluations-Commercial Items, applies to this acquisition, including the following addendum: 52.212-2(c) Period for acceptance of offers : Prospective contractors agrees to hold the prices in its offer firm for 60 calendar days from the date specified fro receipt of offers. (ix) Offerors are advised that offers will be evaluated on a basis of best value and award will be made to the prospective contractor who submits the lowest price technically acceptable quotation. (x) Prospective contractors are advised to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) Prospective contractors are advised that the clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) Prospective contractors are advised that the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies to this acquisition. The following additional FAR clauses cited in this clause apply to this acquisition: 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (xiii) Prospective contractors are advised that the following additional contract terms and conditions apply: The provider of information technology shall certify, by submitting a proposal to this acquisition, that: a) All applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer (IE), version 7, and subsequent versions of IE that are integrated into the FDCC, configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see: http://csrc.nist.gov/itsec/guidance_WinXP.html, and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html ; b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default "program files" directory and should be able to silently install and uninstall; c) Applications designed for normal end users shall run with full functionality in the standard user context without elevated system administration privileges. (xiv) Quotations must be submitted no later than 1:00 PM, EST, September 2, 2010. Quotations must be submitted electronically via email to Mr. Ronald Jordan, Contracting Officer at Jordan.ronald@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL110RQ21097/listing.html)
 
Place of Performance
Address: 200 CONSITUTION AVE, NW, WASHINGTON, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02258308-W 20100829/100827235644-5f76215f3b60f67958571a80d0867936 (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.