Federal Bid

Last Updated on 23 May 2010 at 8 AM
Solicitation
Location Unknown

70--Cisco Networking equipment - VACO TBD

Solicitation ID VA798A10RQ0216
Posted Date 08 May 2010 at 5 PM
Archive Date 23 May 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Va Tac Austin
Agency Department Of Veterans Affairs
Location United states
JUSTIFICATION AND APPROVAL (J&A) JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as the Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 41 U.S.C. 253 (c)(1). In accordance with FAR Part 11.105, Far 6.302-1(c), and VAAR 811.105 (items peculiar to one manufacturer), this memo serves as the justification for soliciting brand name hardware, maintenance, and support services. 1. Agency and Contracting Activity: Requesting Agency: Department of Veterans Affairs Central Office (VACO) Office of Information and Technology (OI&T) 810 Vermont Ave. NW Washington, DC 20420 Contracting Activity: Center for Acquisition Innovation (CAI-Austin) 1701 Directors Blvd, Suite 600 Austin, TX 78744 2. Nature and/or description of the action: The Department of Veterans Affairs (VA) intends to award a firm-fixed price (FFP) task order against the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) IV Indefinite Delivery Indefinite Quantity (IDIQ) Contract. This requirement is for brand name specific hardware and maintenance products manufactured by Cisco Systems, Incorporated and services from Cisco or any authorized dealer or re-seller of Cisco Systems hardware and SMARTnet suite of technical maintenance support. The period of performance for maintenance services is one (1) year. 3. A description of the supplies or services required to meet the agency's needs (including the estimated value): The proposed acquisition is for Cisco Systems, Inc. hardware (Cisco 6500 switch, 3900 router, and associated hardware) and Cisco Systems, Inc. SMARTnet technical maintenance services. The VACO campus network is being extended to a new site located at 2011 Crystal Drive, Arlington, VA 22202 in order support an additional 45 to 65 VA employees and conference rooms. The Cisco 6500 switch and 3900 router allows the 2011 Crystal Drive location fiber uplinks and allows Digital Signal 3 (DS3) connection to be installed in a timely fashion while facilitating the main task of designing, installing and monitoring major network computer room. In addition, installation using the Cisco switch enables the Information Technology Support Division (ITSS) to maintain the network security posture and connectivity without disruption of services. Contract Line Item Number (CLIN) Cisco Part Number Item/Description Quantity (NOTE: The unit of issue for all quantities is EACH) HARDWARE 0001 AIR-CB21AG-A-K9 802.11a/b/g Cardbus Adapter; FCC Cnfg, Hardware 50 0002 AIR-LAP1131AG-A-K9 802.11ag LWAPP AP Integrated Antennas FCC Cnfg, Hardware 10 0003 AIR-NO-PWR-SUPPLY Power Supply Not Shipped, hardware 10 0004 AIRLAP-FIPSKIT FIPS Kit for LWAPP APs, Hardware 10 0005 S113RK9W-12311JX Cisco 1130 Series IOS WIRELESS LAN LWAPP RECOVERY 10 0006 AIR-SC5.0-XP2K SW Client 5.x wired and wireless devices 200 0007 AIR-SC5.0-XP2K-L1 Specified seat count up to 250 200 0008 AIR-SSCFIPS-DRV 3eti driver for Cisco Secure Services Client (SSC) FIPS 200 0009 AIR-SSCFIPS-DRV-L1 Specified seat count up to 250 200 0010 AIR-WLC4402-50-K9 4400 Series WLAN Controller for up to 50 Lightweight APs 1 0011 SWLC4400K9-52-ER WLAN Controller Emergency SW for 4400 - ED 1 0012 AIR-PWR-CORD-NA AIR Line Cord North America 1 0013 GLC-T= 1000BASE-T SFP 2 0014 SWLC4400K9-52 WLAN Controller SW for 4400 - ED 1 0015 AIRWLC4400FIPSKIT= FIPS Kit WLC 4400 Spare 1 0016 ASR1006-10G-HA/K9 ASR1006 HA Bundle w/ 2xESP-10G,2xRP1, SIP10,AESK9 1 0017 ASR1000-ESP10 Cisco ASR1000 Embedded Services Processor, 10G,Crypto 2 0018 ASR1000-SPA SPA for ASR1000; No Physical Part; For Tracking Only 6 0019 M-ASR1K-HDD-40GB Cisco ASR1000 RP1 40GB HDD 2 0020 SASR1R1-AESK9-24SR Cisco ASR 1000 Series RP1 ADVANCED ENTERPRISE SERVICES 1 0021 ASR1000-RP1-BUN Cisco ASR1000 Route Processor 1, 2GB DRAM,Bundle Component 2 0022 ASR1000-SIP10 Cisco ASR1000 SPA Interface Processor 10 1 0023 ASR1000-SIP10-BUN Cisco ASR1000 SPA Interface Processor 10, Bundle Component 1 0024 ASR1006-PWR-AC Cisco ASR1006 AC Power Supply 2 0025 CAB-9K20A-NA Power Cord, 125VAC 20A NEMA 5-20 Plug, North America/Japan 2 0026 FLASR1-IPSEC-RTU Encryption Right-To-Use Feature Lic for ASR1000 Series 1 0027 M-ASR1K-RP1-4GB Cisco ASR1000 RP1 4GB DRAM 2 0028 SFP-GE-L 1000BASE-LX/LH SFP (DOM) 4 0029 SFP-GE-S 1000BASE-SX SFP (DOM) 4 0030 SFP-GE-T 1000BASE-T SFP (NEBS 3 ESD) 4 0031 SPA-10X1GE-V2 Cisco 10-Port Gigabit Ethernet Shared Port Adapter 2 0032 SPA-4XT3/E3 4-port Clear Channel T3/E3 Shared Port Adapter 2 0033 SPA-8XCHT1/E1 8-port Channelized T1/E1 to DS0 Shared Port Adapter 2 0034 C3945-VSEC/K9 Cisco 3945 Voice Sec. Bundle, PVDM3-64, UC and SEC License P 1 0035 3900-FANASSY Cisco 3925/3945 Fan Assembly (Bezel included) 1 0036 C3900-SPE150/K9 Cisco Services Performance Engine 150 for Cisco 3945 ISR 1 0037 ISR-CCP-EXP Cisco Config Pro Express on Router Flash 1 0038 PVDM3-64 64-channel high-density voice and video DSP module 1 0039 PWR-3900-AC Cisco 3925/3945 AC Power Supply 1 0040 SL-39-IPB-K9 IP Base License for Cisco 3925/3945 1 0041 SL-39-SEC-K9 Security License for Cisco 3925/3945 1 0042 SL-39-UC-K9 Unified Communication License for Cisco 3925/3945 1 0043 CAB-AC AC Power Cord (North America), C13, NEMA 5-15P, 2.1m 2 0044 FL-CME-SRST-100 Cisco Communication Manager or SRST- 100 seat license 1 0045 FL-SRST Cisco Survivable Remote Site Telephony License 1 0046 MEM-3900-1GU2GB 1GB to 2GB DRAM Upgrade (1GB+1GB) for Cisco 3925/3945 ISR 1 0047 MEM-CF-256U4GB 256MB to 4GB Compact Flash Upgrade for Cisco 1900,2900,3900 1 0048 NM-1T3/E3 One port T3/E3 network module 1 0049 PWR-3900-AC/2 Cisco 3925/3945 AC Power Supply (Secondary PS) 1 0050 S39UK9-15001M Cisco 3925-3945 IOS UNIVERSAL 1 0051 SM-NM-ADPTR Network Module Adapter for SM Slot on Cisco 2900, 3900 ISR 1 0052 VWIC2-2MFT-T1/E1 2-Port 2nd Gen Multiflex Trunk Voice/WAN Int. Card - T1/E1 1 0053 WS-C4506-E Cat4500 E-Series 6-Slot Chassis, fan, no ps 2 0054 CVR-X2-SFP Cisco TwinGig Converter Module 4 0055 CAB-AC-2800W-TWLK U.S. Power Cord, Twist Lock, NEMA 6-20 Plug 8 0056 GLC-SX-MM GE SFP, LC connector SX transceiver 4 0057 MEM-C4K-FLD128M Catalyst 4900M Compact Flash, 128MB Option 2 0058 PWR-C45-6000ACV Catalyst 4500 6000W AC dual input Power Supply (Data + PoE) 2 0059 PWR-C45-6000ACV/2 Catalyst 4500 6000W AC dual input Power Supply (Data + PoE) 2 0060 S45EIPBK9-12253SG Cisco CAT4500E IOS IP BASE SSH 2 0061 WS-X45-SUP6L-E Catalyst 4500 E-Series Sup 6-E Lite, 2x10GE(X2) w/ Twin Gig 2 0062 WS-X4648-RJ45V-E Catalyst 4500 E-Series 48-Port PoE 802.3af 10/100/1000(RJ45) 10 0063 WS-C6509-E Catalyst 6500 Enhanced 9-slot chassis,15RU,no PS,no Fan Tray 1 0064 BF-S720-64MB-RP Bootflash for SUP720-64MB-RP 2 0065 MEM-C6K-CPTFL512M Catalyst 6500 Sup720/Sup32 Compact Flash Mem 512MB 2 0066 MEM-MSFC2-512MB Catalyst 6500 512MB DRAM on the MSFC2 or SUP720 MSFC3 2 0067 MEM-S2-512MB Catalyst 6500 512MB DRAM on the Supervisor (SUP2 or SUP720) 2 0068 CAB-AC-C6K-TWLK Power Cord, 250Vac 16A, twist lock NEMA L6-20 plug, US 4 0069 CF-ADAPTER-SP SP adapter for SUP720 and SUP720-10G 2 0070 GLC-SX-MM GE SFP, LC connector SX transceiver 4 0071 MEM-C6K-CPTFL1GB Catalyst 6500 Compact Flash Memory 1GB 2 0072 S733AIK9M-12233SXH Cisco CAT6000-SUP720 IOS ADVANCED IP SERVICES SSH (MODULAR) 1 0073 WS-C6509-E-FAN Catalyst 6509-E Chassis Fan Tray 1 0074 WS-CAC-6000W Cat6500 6000W AC Power Supply 2 0075 WS-SUP720-3B Catalyst 6500/Cisco 7600 Supervisor 720 Fabric MSFC3 PFC3B 2 0076 WS-X6148A-GE-45AF Cat6500 48-Port PoE 802.3af & ePoE 10/100/1000 w/Jumbo Frame 4 SERVICES 0077 CON-SAS-AIR5XL1 SW APP SUPP Specified seat count up to 250 200 0078 CON-SAS-AIRSC50X SW APP SUPP SW Client 5.x wired and wireless devices 200 0079 CON-SNT-AIRCB21A SMARTNET 8X5XNBD 802.11a/b/g Cardbus, Services 50 0080 CON-SNT-LAP1131A SMARTNET 8X5XNBD 802.11ag LWAPP AP Intg Ant FCC Cfg, Services 10 0081 CON-SAS-SCFDL1 SW APP SUPP Specified seat count up to 250 200 0082 CON-SAS-SSCFIPS SW APP SUPP 3eti driver for Secure Services Client 200 0083 SP-PRODUCTS-TERMS Buyer Acceptance of SolutionsPlus Terms and Conditions 200 0084 CON-SNTE-WC440250 SMARTNET 8X5X4 4400 Series WLAN Con 1 0085 CON-SNTP-10X1GEV2 SMARTNET 24X7X4 10-Pt Gigabit Enet Shared Pt Adptr 2 0086 CON-SNTP-4XT3E3 SMARTNET 24X7X4 4-port T3/E3 Serial Shared Port Adapter 2 0087 CON-SNTP-610GHAK9 SMARTNET 24X7X4 ASR1006 HA Bundle w/2xESP-10G,2xRP1 1 0088 CON-SNTP-8XCHT1E1 SMARTNET 24X7X4 8Prt Channel T1/E1 2 0089 CON-SNTP-ASRESP10 SMARTNET 24X7X4 Cisco ASR1000 Embedded Services Processo 2 0090 CON-SNTP-ASRRP1B SMARTNET 24X7X4 Cisco ASR1000 Route Processor 1 2 0091 CON-SNTP-ASRSIP10 SMARTNET 24X7X4 Cisco ASR1000 SPA Interface Processor 10 1 0092 CON-SNTP-ASRSIPB SMARTNET 24X7X4 Cisco ASR1000 SPA Interface Processor 1 0093 CON-SNTP-R1AE24S SMARTNET 24X7X4 Cisco ASR 1000 Series 1 0094 CON-SNTE-3945VSEC SMARTNET 8X5X4 Cisco 3945 Voice Sec. Bundle, UC and SEC 1 0095 CON-SNT-C4506E SMARTNET 8X5XNBD Cat4500 E-Series 6-Slot Chassis, fan, no 2 0096 CON-SNTP-WS-C6509 24x7x4 Service,Catalyst 6509 1 4. An identification of the statutory authority permitting other than full and open competition. 41 U.S.C. 253(c)(1), as implemented by FAR 6.302-1 (c) "Only one responsible source and no other supplies or services will satisfy agency requirements - Brand Name." 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. VACO OI&T requires hardware and services that are compatible with other current network components, current trained staff, the current national Cisco SMARTnet maintenance contract, and current reporting capabilities. Cisco is the only brand name that meets the Government's total requirements. In addition, VACO OI&T have made substantial investments in the existing networking infrastructure which consists primarily of Cisco systems network equipment. Cisco brands are required to prevent technology problems caused by using multiple brands in a single brand network. Current network components: The current national VA routing protocol used to connect site devices to the VA Wide Area Network (WAN) is Cisco's proprietary protocol Enhanced Interior Gateway Routing Protocol (EIGRP). EIGRP uses an Autonomous System (AS) number and only routers using the same AS number can exchange routing information using that protocol. Therefore, to ensure continuity and compatibility, VA must use Cisco routers. In addition, Cisco based systems are deployed throughout VACO and maintaining network availability is a critical service. Current trained staff: As VA works to streamline support for network configurations and better leverage staff, there is an added advantage to managing the number of different configurations and variation in vendor equipment to a common set of equipment. Existing VA staff has experience troubleshooting the configuration and set up of Cisco routers and associated Cisco data network equipment, evaluating and assisting in the design of Cisco router networks and associated data network equipment, and performing problem resolution activities to maintain the integrity of the Cisco router data network. Additionally, using other than the Cisco brand provides no demonstrable value as it will require additional training and resources to bring staff to present levels of operational proficiency. This causes unacceptable delays in sustaining the Agency's critical mission network operations, and duplicates training and operational costs already expended in arriving at the current level of network operational stability. Current national Cisco SMARTnet maintenance contract: The required SMARTnet technical maintenance support is the only option of servicing these proprietary systems. VA has a national VA Wide contract with Sword & Shield for the Cisco SMARTnet suite of technical maintenance support service that provides the VA owned Cisco equipment maintenance support after the initial 12 months warranty. Therefore, re-procurement of hardware other than Cisco, would duplicate the cost of yearly maintenance and increases the overall total ownership/lifecycle costs. Continuing use of the Cisco brand will mitigate the risk of unacceptable disruption or failure and ensure the reliability of the Agency's mission critical network operations. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. Efforts will be made to ensure that offers are solicited from as many potential sources as is practicable. The proposed contract action is a task order placed under Subpart 16.5. All SEWP IV orders are placed under existing IDIQ contracts, and thus are not required to be synopsized pursuant to FAR 16.505(a)(1). The SEWP IV GWAC is composed of four SEWP groupings (A, B, C, and D) and each will be afforded the opportunity to provide an offer. Therefore, in accordance with (IAW) FAR 16.505 (b)(1), each contractor shall be given a fair opportunity to be considered for each order exceeding $3,000 issued under multiple delivery-order contracts. The contract specialist shall utilize the SEWP IV RFQ and search tools, which automatically provide Fair Opportunity when selecting contract holders. Additionally, IAW FAR 6.305, this Justification will be made available for public inspection and will be posted to http://www.fbo.gov within 14 days of contract award. 7. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The anticipated proposed prices are based on previously negotiated prices under the current SEWP contract. The products on the SEWP contract have been competed on their schedules and the price competition ensures that the pricing of delivery orders are considered fair and reasonable. The pricing on the SEWP IV contract were determined to be fair and reasonable in accordance with FAR 15.404-1(b). The VA will evaluate the quotes based upon Lowest Price Technically Acceptable (LPTA). It is anticipated that two or more Offerors will be received, and therefore a fair and reasonable price determination will be made, in accordance with FAR 15.101-2, by evaluating competitive quotes that propose the lowest evaluated price meeting or exceeding the acceptability standards for non-cost factors. Price competition is also expected from authorized resellers. Technical acceptability will be determined by vendors who offer the brand name. 8. A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Market research was performed to comply with Federal Acquisition Regulations and to ensure the Government receives the best value for this procurement. This research indicated that the requirement is available via the SEWP IV Government-Wide Acquisition Contract. Therefore, the requirement shall be solicited under SEWP IV pursuant to the memorandum issued by Robert T. Howard, Assistant Secretary for Information and Technology, on June 1, 2007. The memorandum instructs VA offices to use the SEWP IVV contract for all IT acquisitions as of June 15, 2007. These items are available on SEWP. By utilizing the RFQ Tool available at http://www.sewp.nasa.gov it has been shown that many vendors are able to compete for this requirement. 9. Any other facts supporting the use of other than full and open competition, such as: None. 10. A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None. 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. The Agency will continually assess the best technology solutions. Future requirements will be evaluated to determine and provide for the Government's best interest. Procurement of unlimited data rights, training, or procuring knowledge within the Government to supply the required services. This alternative is not currently available since Cisco owns all rights to the software currently. VA will continue to monitor the usefulness of Cisco Systems and the agency's satisfaction with the vendor's performance of support services. Should the current product and/or the maintenance and support services fail to meet the government's requirements, competition will be sought in future acquisitions of this product. 12. Certification requirement: (Technical/requirements personnel must certify). I certify the supporting data, including the statement of the Government's minimum needs and other rationale for other than full and open competition is complete and accurate to the best of my knowledge. I certify that this information associated with my request to pursue a contract on a brand name is accurate and complete. ___________________________________________ _____________________ David A. Ponder Technical/Requirements Representative Date This justification is accurate and complete to the best of the contracting officer's knowledge and belief. Approve / Disapprove ___________________________________________ _____________________ Christie L. Honeycutt Date Contracting Officer
Bid Protests Not Available

Similar Past Bids

Eglin air force base Florida 07 Aug 2008 at 11 PM
Arnold Missouri 09 Jul 2007 at 4 AM
Camp pendleton California 13 Apr 2015 at 2 PM
Location Unknown 10 Jul 2012 at 8 PM
Washington District of columbia 07 May 2014 at 1 PM

Similar Opportunities

Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Pennsylvania 14 Jul 2025 at 4 AM (estimated)