Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2012 FBO #3736
SOLICITATION NOTICE

70 -- Network Equipment for Server Farm Redundancy - Package #1

Notice Date
2/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
BEP-RFQ-12-0208
 
Archive Date
3/7/2012
 
Point of Contact
Donna J. Fudge, , MOHAMMAD AHSAN,
 
E-Mail Address
donna.fudge@bep.gov, MOHAMMAD.AHSAN@BEP.GOV
(donna.fudge@bep.gov, MOHAMMAD.AHSAN@BEP.GOV)
 
Small Business Set-Aside
HUBZone
 
Description
Cisco Product List FBO Posting Combined Synopsis/Solicitation BEP-RFP-12-0208 Post for 7 Days I. OVERVIEW: 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; proposals are being requested and a written solicitation will not be issued. This requirement is a 100% HUBZone business set-aside. The Solicitation No. is BEP-RFQ-12-0208 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 including amendments effective February 2, 2012. This requirement is being set-aside as a Total HUBZone Businesses under NAICS code 423430. All Offerors must be authorized Cisco Resellers and include their certificate with their quote. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. STATEMENT OF NEED: The Bureau of Engraving and Printing (BEP) has a requirement for the purchase of the following item in the quantities described and listed below: Core DC Switching Note: Fibre Channel interfaces and licenses not included below (2) Nexus 5548s with 1G, 10G, FCoE or FC interfaces and L3 modules Product Description Qty N5K-C5548UP-FA Nexus 5548 UP Chassis, 32 10GbE Ports, 2 PS, 2 Fans 2 CAB-N5K6A-NA Power Cord, 210/220V 30A North America 4 SFP-10G-SR 10GBASE-SR SFP Module 24 SFP-10G-LR 10GBASE-LR SFP Module 6 N55-D160L3 Nexus 5548 Layer 3 Daughter Card 2 N5KUK9-503N1.1B Nexus 5000 Base OS Software Rel 5.0(3)N1(1b) 2 N55-LAN1K9 Layer 3 License for Nexus 5500 Platform 2 N55-BAS1K9 Layer 3 Base License for Nexus 5500 Platform 2 N55-M-BLNK Nexus 5500 Module Blank Cover 2 N55-PAC-750W Nexus 5500 PS, 750W, Front to Back Airflow 4 N5548-ACC-KIT Nexus 5548 Chassis Accessory Kit 2 N5548P-FAN Nexus 5548P Fan Module 4 CON-SNTP-55D160L3 SMARTNET 24X7X4 Nexus 5548 Layer 3 Daughter Card 2 CON-SNTP-N55LANL3 SMARTNET 24X7X4 Layer 3 License Nexus 5500 series 2 CON-SNTP-C5548UP SMARTNET 24X7X4 Nexus 5548 UP Chassis, 32 10GbE Ports 2 N2k - Copper Only No support for Unified Farbric (FCoE) or 10G To support the 150 copper 100 or 1GE connections today Product Description Qty N2K-C2248TF-1GE Nexus 2248TP with 8 FET 2 CAB-N5K6A-NA Power Cord, 200/240V 6A North America 4 FET-10G 10G Line Extender for FEX 8 CON-SNTP-N2248F SMARTNET 24X7X4 Nexus 2248TP with 8 FET 2 6500 10G Modules Core 10G Connections Product Description Qty WS-X6716-10G-3C= Catalyst 6500 16 port 10 Gigabit Ethernet w/ DFC3C (req X2) 2 X2-10GB-LR= 10GBASE-LR X2 Module 4 The complete list of Cisco items being purchased is attached to this solicitation. The item shall be delivered to the following Government address (see Section VI.6.2 below for specific delivery information); The Bureau of Engraving and Printing Attention: To-Be-Determined at award D Street, between 13th & 14th St., S.W. Washington, DC 20228 III. INSTRUCTIONS: Interested parties shall provide a quote in accordance with the below instructions. Quotes shall be provided on company letterhead, reference BEP-RFQ-12-0208 and submitted to the attention of Donna Fudge, Contract Specialist and include the following: 1. Proposed pricing for the item in the quantity listed in Section II above. a. Cost of delivery/shipping shall be separately priced; 2. Delivery date after receipt of award; 3. Payment discount terms; and 4. In addition, unless available via ORCA (i.e. www.orca.bpn.gov) Offerors are also to include a completed copy of their Representations and Certifications as per FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. IV. DUE DATE: Responses are due no later than 2:00 P.M. Eastern Time February 21, 2012 and will be accepted via e-mail sent to donna.fudge@bep.gov. V. EVALUATION & AWARD: Offerors will be evaluated as lowest price technically acceptable. VI. TERMS AND CONDITIONS: 6.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.211-17 Delivery of Excess Quantities; 52.212-1 Instruction to Offers Commercial Items; 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; 52.247-34 F.O.B. Destination. The following clauses cited in 52.212-5 above are applicable; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. The full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far. 6.2 Washington DC: Supplies or other items needed to be delivered to the BEP's Washington DC facility shall be delivered to the following address: The Bureau of Engraving and Printing Attention: To-Be-Determined at award D Street, Between 13th & 14th St., S.W. Washington, DC 20228 Receiving hours for deliveries are 8:00 a.m. to 2:15 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP year-end shutdown (which normally occurs between December 24 and January 1). The Contractor shall call the BEP appointment line at (202) 874-2333 at least twenty-four (24) hours in advance to schedule approximate delivery times. The appointment line is staffed from 8:30 am. to 2:30 pm. Monday through Friday. A voice mail message maybe left after normal working hours. The following information should be provided: - Name of supplier/manufacturer - Contact Person with phone number - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery *Note the following loading dock limitations for deliveries made to Washington D.C.: Over the road vehicles having an overall height exceeding 12'6" (3.8 meters) empty, or an overall length exceeding 42' (12.8 meters) CANNOT be accommodated at our receiving platform. 6.3 Invoices and Payments: 6.3.1 Invoices shall be submitted electronically through the Internet Payment Platform (IPP). The IPP is a comprehensive payment information service provided at no charge by the U.S. Department of the Treasury's Financial Management Service (FMS). The IPP provides a centralized location to view all transactions in the order-to-pay process, transforming paper-based processes into an electronic process for both the agency and supplier. IPP is the BEP's preferred method of submitting invoices for payment. For contractors who require more information on the IPP program, including enrollment, please contact the support activity using the information below: Internet Payment Platform (IPP) Support (617) 973-3069 IPPgroup@bos.frb.org If your firm is unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: Original & 1 Copy to the Paying Office identified in SF 1449 Block 18a 1 Copy to the Designated Point of Contact 6.3.2 Payment Instructions: Payment will be based on receipt of a proper invoice and contract performance. An invoice is a "proper invoice" as defined under FAR Clause 52.212-4(g). The Invoice issues, besides IPP technical related issues are to be handled and resolved between the Contractor and the Designated Point of Contact. The Contractor shall direct all questions and resolve all issues concerning invoices with the Designated Point of Contact (or CO if necessary). Contractor shall direct questions regarding payment to the Designated Point of Contact and/or the designated payment office listed above
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0208/listing.html)
 
Place of Performance
Address: 14th and C Street, SW, Washington, Florida, 20228, United States
Zip Code: 20228
 
Record
SN02675369-W 20120216/120215000332-684503bad3513170cb12fd989063bb68 (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.