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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3100-7310-3022.
The Defense Distribution Center located in New Cumberland, PA has a requirement for Raritan Paragon II CAC Enabled KVM switches and ancillary equipment. This is a brand name requirement. A justification for other than full and open competition was executed and the rationale for the justification is included in this combined synopsis/solicitation. This is a small business set aside. The NAICs code is 334210 and the size standard is 1,000 employees.
CLIN 0001 is for product number: P2-UMT832M?Paragon II 32PT 8U KVM Main Unit Switch, Quantity Required: 1 ea.
CLIN 0002 is for product number: P2-UMT442?Paragon II 42PT 4U KVM CAT5 Matrix Switch, Quantity Required: 4 ea.
CLIN 0003 is for product number: P2-UMT242?Paragon II 42PT 2U KVM CAT5 Matrix Switch, Quantity Required: 24 ea.
CLIN 0004 is for product number: P2-EUST/C?Paragon 2 Smart Card User Station, Quantity Required: 48 ea.
CLIN 0005 is for product number: P2CIM-AUSB-C-64PAC?64PK Paragon 2 USB CIM For Smart Card App, Quantity Required: 7 ea.
CLIN 0006 is for product number: P2CIM-AUSB-C?Paragon 2?USB CIM for Smart Card Applciations, Quantity Required: 20 ea.
Offerors shall provide the unit price for CLIN and the total amount, inclusive of shipping costs (FOB Destination). Delivery will be made to the following address: Defense Distribution Center Susquehanna, Bldg 203, Door 12, DDSP-XB, 5450 Carlisle Pike, Mechanicsburg, PA 17055. Delivery is required 14 days after receipt of order.
Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price who can meet our delivery and brand name requirements.
Please provide delivery terms with your quote.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-21 and DFARS change notice 20071108. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-6 (ALT I), 52.219-4, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7012, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document.
Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to
[email protected], Request for Quote Number SP3100-7310-3022. Prices and representations/certifications are required NLT 12:00 PM EST on December 14, 2007. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
Brand Name Justification
Based on market research conducted, Raritan is the only KVM Switch vendor that can provide a solution to meet all the following requirements and satisfy the following HSPD-12 Directive requirements:
1. Solution must be modular and connected via CAT5 Cabling
2. Solution must have a FIPS-201 certified CAC Card Reader integrated into it.
3. Solution must allow 2-8 users? simultaneous access to the servers that are attached to it.
4. Solution must allow 7-50 servers to attach and be accessible to all users.
5. Solution must not store or cache any of the CAC Card information or credentials.
6. Solution can not change the authentication requirements of the servers attached to it.
7. Solution must be able to provide logging and auditing of activity.
8. Solution must allow for expansion via connecting additional switches to configuration.
9. Solution must provide authentication to the actual KVM switch before allowing access to the servers.
10. Connections to the server must be done through USB and Console Ports.
Bid Protests Not Available