Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
SOLICITATION NOTICE

58 -- Networking Equipment

Notice Date
4/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1 Rock Island Arsenal, Rock Island, IL 61299
 
ZIP Code
61299
 
Solicitation Number
W52P1J-12-Q-DCATS
 
Response Due
5/4/2012
 
Archive Date
10/31/2012
 
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
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W52P1J-12-Q-DCATS and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-05-04 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The RI Garrison Contracting CCRC-IG requires the following items, Exact Match Only, to the following: LI 001, VX900, Chassis, CPCI, CPU, AC, NET Part # VX900AB. See Attachment A for configuration and complete list of items., 1, EA; LI 002, VX, SECURE Voice Module, PCI, 4 T1/E1, NET Part # SIPFTE4B-S. See Attachment A for configuration and complete list of items., 2, EA; LI 003, VX, R4.7 SW, BSP, H.323 AND SIP, NET Part # SIPSW-EXT-470. See Attachment A for configuration and complete list of items., 1, EA; LI 004, Port License for SEC AND FNBDT, Up to 25 Calls, Net Part # SIPSUFNBDT. See Attachment A for configuration and complete list of items., 1, EA; LI 005, VXVUE, NMS Suite Per Node License, NET Part # SWVUEPNA. See Attachment A for configuration and complete list of items., 1, EA; LI 006, ADVANCE, VX900,NET Part # SVC-VX-ADV-900. See Attachment A for configuration and complete list of items., 1, EA; LI 007, VX900, Chassis, CPCI, CPU, AC, NET Part # VX900AB. See Attachment A for configuration and complete list of items., 1, EA; LI 008, VX, SECURE Voice Module, PCI, 4 T1/E1, NET Part #SIPFTE4B-S. See Attachment A for configuration and complete list of items., 2, EA; LI 009, VX, R4.7 SW, BSP, H.323 AND SIP, NET Part # SIPSW-EXT-470. See Attachment A for configuration and complete list of items., 1, EA; LI 010, Port License for SEC AND FNBDT, Up to 25 Calls, NET Part # SIPSUFNBDT. See Attachment A for configuration and complete list of items., 1, EA; LI 011, VXVUE, NMS Suite Per Node License, NET Part # SWVUEPNA. See Attachment A for configuration and complete list of items., 1, EA; LI 012, ADVANCE, VX900, NET Part # SVC-VX-ADV-900. See Attachment A for configuration and complete list of items., 1, EA; LI 013, Cisco 3825 Router w/AC PWR, 2GE, 1SFP, 2NME, 4HWIC, IP Base,64F/256D Cisco Part# CISCO3825; with 1 each Cisco 3825 AC power supply (Part # PWR-3825-AC); 1 each Power Cord,110V, (Part # CAB-AC); and 1 each Device manager for routers (Part # ROUTER-SDM). See Attachment A for configuration and complete list of items., 1, EA; LI 014, Cisco 3825 ADVANCED IP SERVICES, Cisco Part # S382AISK9=. See Attachment A for configuration and complete list of items., 1, EA; LI 015, 256 to 512MB DDR DRAM factory upgrade for the Cisco 3800, Cisco Part # MEM3800-256U512D. See Attachment A for configuration and complete list of items., 1, EA; LI 016, 64 to 128 MB CF Factory Upgrade for Cisco 3800 Series, Cisco Part # MEM3800-64U128CF. See Attachment A for configuration and complete list of items., 1, EA; LI 017, Cisco 3825 AC power supply (Site Spare), Cisco Part # PWR-3825-AC. See Attachment A for configuration and complete list of items., 1, EA; LI 018, SNT 8X5XNBD 3825 w/AC PWR, 2GE, 1, Cisco Part # CON-SNT-3825. See Attachment A for configuration and complete list of items., 3, EA; LI 019, 1 Port Clear Channel T3/E3 Network Module, Cisco Part # NM-IT3/E3. See Attachment A for configuration and complete list of items., 2, EA; LI 020, Cisco 3845 Router w/AC PWR,2GE,1SFP,4NME,4HWIC, IP Base 64F/256D, Cisco Part # CISCO3845; with 1 each Cisco 3845 AC power supply(Part # PWR-3845-AC); 1 each Power Cord,110V (Part # CAB-AC); 1 each Power Cord,110V( Part # CAB-AC); 1 each Device manager for routers (Part # ROUTER-SDM); 1 each 256BM SDRAM default memory for 3800 (Part # MEM3800-256D); 1 each 64MB Cisco 3800 Compact Flash Memory Default (Part # MEM3800-64CF); 1 each 256 to 1024MB DDR DRAM dist upgrade for the Cisco 3800 (Part # MEM3800-256U1024D); and 1 each 64 to 256MB CF Factory Upgrade for Cisco 3800 Series (part # MEM3800-64U256CF). See Attachment A for configuration and complete list of items. See Attachment A for configuration and complete list of items., 1, EA; LI 021, Cisco 3845 ADVANCED ENTERPRISE SERVICES, Cisco Part # S384AESK9=. See Attachment A for configuration and complete list of items., 1, EA; LI 022, Cisco 3845 redundant AC power supply, Cisco Part # PWR-3845-AC/2. See Attachment A for configuration and complete list of items., 1, EA; LI 023, SNT 8X5XNBD 3845 w/AC PWR, 2GE 1S, Cisco Part # CON-SNT-3845. See Attachment A for configuration and complete list of items., 3, EA; LI 024, EXPANSION MODULE, EN, FAST EN - 10BT, 100BTX, 2 PT, Cisco Part # NM-2FE2W-V2. See Attachment A for configuration and complete list of items., 1, EA; LI 025, 2-Port serial WAN interface card, Cisco Part # WIC-2T., 1, EA; LI 026, EXPANSION MODULE, EN, FAST EN - 10BT, 100BTX, 2 PT, Cisco Part # NM-2FE2W-V2. See Attachment A for configuration and complete list of items., 1, EA; LI 027, 2-Port serial WAN interface card, Cisco Part # WIC-2T. See Attachment A for configuration and complete list of items., 1, EA; LI 028, DES/3DES/AES VPN Encryption/Compression, Cisco Part # AIM-VPN/HPII-PLUS. See Attachment A for configuration and complete list of items., 1, EA; LI 029, Comtech Turbo IP-G2 155MB PEP, Comtech Part # CD-TURBOIP-G2 See Attachment A for configuration and complete list of items., 1, EA; LI 030, Catalyst 3750 24 port converged switch10/100/1000 + 4 SFP Enhanced Image, Cisco Part #CISCO3750G-24T-E; with 1 each Power Cord,110V (Part # CAB-AC). See Attachment A for configuration and complete list of items., 1, EA; LI 031, NSST 8X5XNBD 3750 24 PORT, Cisco Part # CON-SNT-375024PE. See Attachment A for configuration and complete list of items., 3, EA; LI 032, Cisco 3845 Cell QoS Router 3845 w/AC PWR, 2GE,1SFP, 4NME, 4HWIC, IP Base, 64F/256D, Cisco Part # CISCO3845; with 1 each Cisco 3845 AC power supply (Part # PWR-3845-AC); 1 each Power Cord,110V (Part # CAB-AC); 1 each Power Cord,110V (Part # CAB-AC); 1 each Device manager for routers (Part # ROUTER-SDM); 1 each 256BM SDRAM default memory for 3800 (Part # MEM3800-256D); and 1 each 64MB Cisco 3800 Compact Flash Memory Default (Part # MEM3800-64CF). See Attachment A for configuration and complete list of items. ), 1, EA; LI 033, Cisco 3845 ADVANCED ENTERPRISE SERVICES, Cisco Part #S384AESK9=. See Attachment A for configuration and complete list of items., 1, EA; LI 034, Cisco3845 redundant AC power supply, Cisco Part # PWR-3845-AC/2. See Attachment A for configuration and complete list of items., 1, EA; LI 035, SNT 8X5XNBD 3845 w/AC PWR, 2GE 1S, Cisco Part # CON-SNT-3845. See Attachment A for configuration and complete list of items., 3, EA; LI 036, IP Communications High-Density Digital Voice NM with 2 T1/E1, Cisco Part # NM-HDV2-2T1/E1. See Attachment A for configuration and complete list of items., 4, EA; LI 037, 64-Channel Packet Voice/Fax DSP Module (V1 Version), Cisco Part # PVDM2-64. See Attachment A for configuration and complete list of items., 8, EA; LI 038, Cisco 3845 Router, Landline Media Gateway Router 1 w/AC PWR, 2GE,1SFP,4NME,4HWIC, IP Base, 64F/256D, Cisco Part # CISCO3845; with 1 each Cisco 3845 AC power supply (Part # PWR-3845-AC); 1 each Power Cord,110V (Part # CAB-AC); 1 each Power Cord,110V (Part # CAB-AC); 1 each Device manager for routers (Part # ROUTER-SDM); 1 each 256BM SDRAM default memory for 3800 (Part # MEM3800-256D); and 1 each 64MB Cisco 3800 Compact Flash Memory Default(Part # MEM3800-64CF). See Attachment A for configuration and complete list of items., 1, EA; LI 039, Cisco 3845 ADVANCED ENTERPRISE SERVICESCisco Part # S384AESK9=. See Attachment A for configuration and complete list of items., 1, EA; LI 040, Cisco3845 redundant AC power supply, Cisco Part # PWR-3845-AC/2. See Attachment A for configuration and complete list of items., 1, EA; LI 041, SNT 8X5XNBD 3845 w/AC PWR, 2GE 1S, Cisco Part # CON-SNT-3845. See Attachment A for configuration and complete list of items., 3, EA; LI 042, IP Communications High-Density Digital Voice NM with 2 T1/E1, Cisco Part # NM-HDV2-2T1/E1. See Attachment A for configuration and complete list of items., 4, EA; LI 043, 64-Channel Packet Voice/Fax DSP Module (V1 Version), CiscoPart # PVDM2-64. See Attachment A for configuration and complete list of items., 8, EA; LI 044, Cisco 3845 Router, Landline Media Gateway Router 2w/AC PWR,2GE,1SFP,4NME,4HWIC, IP Base, 64F/256D, Cisco Part # CISCO3845; with 1 each Cisco 3845 AC power supply (Part # PWR-3845-AC); 1 each Power Cord,110V (Part # CAB-AC); 1 each Power Cord,110V (Part # CAB-AC); 1 each Device manager for routers (Part # ROUTER-SDM); 1 each 256BM SDRAM default memory for 3800 (Part # MEM3800-256D); and 1 each 64MB Cisco 3800 Compact Flash Memory Default(Part # MEM3800-64CF)., 1, EA; LI 045, Cisco 3845 ADVANCED ENTERPRISE SERVICES, Cisco Part # S384AESK9=., 1, EA; LI 046, Cisco3845 Redundant AC Power Supply, Cisco Part # PWR-3845-AC/2., 1, EA; LI 047, SNT 8X5XNBD 3845 w/AC PWR, 2GE 1S, Cisco Part # CON-SNT-3845., 3, EA; LI 048, IP Communications High-Density Digital Voice NM with 2 T1/E1, Cisco Part # NM-HDV2-2T1/E1., 4, EA; LI 049, 64-Channel Packet Voice/Fax DSP Module (V1 Version), Cisco Part # PVDM2-64., 8, EA; LI 050, T1 Patch Panel, ADC Part # D1M-1E1016., 1, EA; LI 051, Hub Line Card Transec, iDirect Part # M1D1-T, 10, 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, RI Garrison Contracting CCRC-IG 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. RI Garrison Contracting CCRC-IG is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. This action cannot be acquired using ITES-2H as it a buy for the Air Force using Air Force funds. ITES-2H is currenlty limited to Army Customers. NAICS Code for this action is 334210 and the size standard is 1000 employees. Synopsis for solicitation # W52P1J-12-Q-DCAT originally posted to FedBizOpps on 16 Apr 2012. W52P1J-12-Q-DCATS is revised solicitation number for this action and is same requirment as W52P1J-12-Q-DCAT. Clauses contained in Attachments 0001 amd 0002 and information contained in Attachment 0003 wll be incorporated into resultant award as appropriate. The Government reserves the right to make an award on a low aggregate quote basis. W800VUPM DCATS WAREHOUSE1 PASSAN DRIVE, BLDG 6-2WILKES-BARRE, PA 18702-7398ATTN: BILL CONLON / ROB FORD, 570-655-8800M/F: CP ROBERTS MCA (NORTHCOM CITEE) 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f385dd317d297191dbca5e68de01933)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02729223-W 20120425/120423235753-4f385dd317d297191dbca5e68de01933 (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.