Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

CISCO SWITCHES

Solicitation Number: NAMA-08-Q-0144
Agency: National Archives and Records Administration
Office: NAA
Location: Acquisition Center
  • Print
:
NAMA-08-Q-0144
:
Combined Synopsis/Solicitation
:
Added: Sep 10, 2008 3:52 pm Modified: Sep 12, 2008 1:30 pmTrack Changes
This is a combined synopsis/solicitation for Brand Name commercial items in accordance with FAR 6.302-1(c), Application for brand name descriptions, and the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a fixed price quotation is requested and a written solicitation will not be issued. The solicitation number is NAMA-08-Q-0144 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective June 12, 2008. There is no applicable set-aside for this requirement and competition is only constrained by the Brand Name requirement. BACKGROUND: The National Archives and Records Administration, has the requirement to maintain a Network that is up to date and complies with the NARA Enterprise Architecture’s Technology Standards Profile and Data Center standards. The infrastructure hardware being procured integrates into the existing NARA’s infrastructure seamlessly to provide cohesive and unified monitoring, configuration management and security controls from College Park, MD. CISCO brand infrastructure equipment is necessary to effectuate the seamless integration into NARA’s existing environment, and standardizing NARA’s existing CISCO system will preclude the significant problems associated with network outages such as work stoppage and data loss. We are now focusing on A1 and A2 to replace existing Network Switches to the same standard as the field sites. Also, NH has a requirement to perform a technology refresh of some of the ADRRES/IRC IT system support components with IT hardware that is identical to the components currently utilized in the current production environment. The current ADRRES/URTS switches are Cisco. The infrastructure hardware being procured integrates into the existing NARA’s NARANET standard infrastructure seamlessly to provide cohesive and unified monitoring, configuration management and security controls from College Park, MD. Only Cisco brand parts will be considered for the essential security component of the ADRRES/IRC and URTS Technology Refresh projects. As part of this technology refresh, we intend to install Cisco appliances to meet current FISMA security requirements for capturing system log in and activity. The Government will not be responsible for any costs incurred in responding to this notice. REQUIREMENTS: This is a Brand Name, firm-fixed price request and all delivery costs should be included in total estimated value.

NARA requires that all Cisco products be purchased from “Authorized/Certified Vendor’s Only”. Any and all vendors submitting quotes shall provide proof of authorization from Cisco. Please refer to attached amendment.

CLINS:

0001 – WS-C4506-E; Catalyst 4500 E-Series Chassis (6-Slot), fan, no p/s; 40 Ea.

0002 – PWR-C45-4200ACV; Cisco Catalyst 4500 4200W AC dual input Power Supply (Data + PoE); 40 Ea.

0003 – PWR-C45-4200ACV-2; Cisco Catalyst 4500 4200W AC dual input Power Supply (Data + PoE); 40 Ea.

0004 – WS-X45-Sup 6-E; Cisco 4500 Supervisor Engine 6-E: Secure, Flexible, Nonstop Communication; 40 Ea.

0005 – S4KL2K9-12225EWA; Cisco IOS Software basic Layer 3 image, for Cisco Catalyst 4000 and Catalyst 4500 Series Supervisor Engine II-Plus, III, and IV; Triple Data Encryption Standard (3DES); RIP, static routes, IPX, AppleTalk; 40 Ea.

0006 – MEM-C4K-FLD128M; Cat 4500 IOS-based Supervisor, Compact Flash, 128MB Spare; 40 Ea.

0007 – WS-X4548-GB-RJ45V; Catalyst 4500 PoE 802.3af 10/100/1000, 48-Port (RJ45); 56 Ea.

0008 – CAB-US515P-C19-US, NEMA 5-15 to IEC-C19 9.8ft US Cisco power cable; 160 Ea.

0009 – GLC-SX-MM; Cisco 1000BASE-SX SFP transceiver module, LC Connector SX Transceiver; 80 Ea.

0010 – GLC-T 1000 Base-T SFP; Cisco GE SFP RJ-45 Connector; 32 Ea.

0011 – WS-SVC-FWM-1-K9; Firewall blade for 6500 and 7600, VFW License Separate; 2 Ea.

0012 – SC-SVC-FWM-3.2-K9; Firewall Service Module 3.2 for 6500 and 7600, 2 free VFWs; 2 Ea.

0013 – RM091; 19” Horizontal/Vertical Cable Manager. (Fits 19” racks and occupies 2 rack units (2U); 12 Ea.

0014 – WS-C3750-24FS-S; Cisco Catalyst Switch, 100BaseFX + 2 SFP Standard Multilayer Images; 14 Ea.

0015 – CAB-STACK-50CM; Cisco Stack Wise 50CM, Stacking Cables; 14 Ea.

0016 – CAB-AC; Cisco 110v Power Cord; 14 Ea.

0017 – GLC-SX-MN9891-1072; GE SFP, LC Connector SX Transceiver; 14 Ea.

0018 – CON-SNT-WSC37524; SMARTNET 8X5XNBD, Catalyst 3750 24 100, Service; 14 Ea.

DELIVERY: Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following location: NARA - AII; 3301 METZEROTT RD, COLLEGE PARK, MARYLAND 20740-6001 no later than 30 calendar days after award of order. The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price purchase order: FAR 52.212-1, Instructions to Offerors—Commercial Item(Jun 08); FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Jun 08)--offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Feb 07); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jun 08). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I (Sep 06), 52.222-3 Convict Labor (Jun 03), 52.222-19 Child Labor – Cooperation with Authorities and Remedies (Feb 08), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fee (Dec 04), 52.222-50 Combating Trafficking in Persons (Aug 07), 52.225-1 Buy-American Act – Supplies (Jun 03), 52.225-13 Restriction on Certain Foreign Purchases (Jun 08), 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02), 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 03), 52.232-36 Payment by Third Party (May 99), and 52.239-1 Privacy or Security Safeguards (Aug 96). Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Charles Cunningham, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: charles.cunningham@nara.gov. Quotations should be received by 3:00 PM EDT on September 22, 2008. Questions regarding this solicitation must be submitted in writing to Mr. Charles Cunningham no later than 12:00 PM EDT on September 18, 2008 to be considered. Please allow one extra business day for delivery and receipt if quotation is sent via e-mail, as the e-mail will need to pass through IT security. Telephonic responses will not be processed.

Please consult the list of document viewers if you cannot open a file.

Justification

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Justification
Posted Date:
September 10, 2008
J&A.tif (6,172.58 Kb)
Description: Brand Name Justification

Amendment 1

Type:
Mod/Amendment
Posted Date:
September 12, 2008
Description: Amendment 0001
:
8601 Adelphi Road, Room 3340
College Park, Maryland 20740-6001
:
8601 Adelphi Rd
College Park, Maryland 20740
United States
:
Charles Cunningham
Phone: 301-837-3160
:
Gregory Carter
Phone: 301-837-3036