MODIFICATION
70 -- CISCO2960
- Notice Date
- 9/8/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- 5111 Leesburg Pike, Falls Church, VA 22041
- ZIP Code
- 22041
- Solicitation Number
- DSSMC80103
- Response Due
- 9/11/2010
- Archive Date
- 3/10/2011
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- CANCELLATION NOTICE: Bids are being solicited under solicitation number DSSMC80103. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 213575. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at http://www.sewp.nasa.gov. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is a [ Small Business ] set-aside 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 2010-09-11 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Arlington, VA 22204 The Defense Information Systems Agency requires the following items, Exact Match Only, to the following: LI 001, Cisco Catalyst 2960 with 24 10/100/1000, 4 T/SFP Lan Base image, 2, EA; LI 002, Cisco3825-HSEC/K9 - 3825 Bundle w/AIM-VPN/SSL-3 ADV.IP Serv. 25 SSL lic. 128F/512D to include the following options: S382RAISK9-12420T - Cisco 3825 AISK9-AISK9 FEAT SET FACTORY UPG For Bundles (2 each), 2, EA; LI 003, NM-2FE2W-V2 - 2 port 10/100 Ethernet with 2 WAN Card Slot Network Module, 2, EA; LI 004, CAB-AC - Power Cord, 110V, 2, EA; LI 005, PWR-3825-AC - Cisco 3825 AC power supply, 2, EA; LI 006, FL-WEBVPN-25-K9 - Feature License IOS SSL VPN up to 25 users (incremental), 2, EA; LI 007, ROUTER-SDM-CD - CD for SDM software, 2, EA; LI 008, MEM3800-256U512D - 256 to 512MD DRAM (single DIMM) Factory upgrade for 3800, 2, EA; LI 009, MEM3800-64U128CF - 64 to 128MB CF Factory Upgrade for Cisco 3800 Series, 2, EA; LI 010, AIM-VPN/SSL-3 - DES/3DES/AES/SSL VPN Encryption/Compression, 2, EA; LI 011, CON-NSST-3825HSEC - NOS 8X5XNBD 3825 Security Bundle, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Defense Information Systems Agency 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. Defense Information Systems Agency 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Sellers must be registered with ORCA. https://orca.bpn.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DSSMC80103/listing.html)
- Place of Performance
- Address: Arlington, VA 22204
- Zip Code: 22204-4502
- Zip Code: 22204-4502
- Record
- SN02272913-W 20100910/100908235629-22537bdb63f9e4479c9b32436bc69a33 (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 |