The Bureau of the Public Debt on behalf of the Department of Homeland Security, Office of Inspector General (DHS-OIG) is posting a sources sought to obtain Cisco SMARTnet services at the DHS-OIG offices located in Washington, DC and Marlton, NJ for the following equipment:
Location: Marlton, NJ
Cisco PIX 525 Firewall - Smartnet 8X5XNBD: 1 year CISCO PIX 525 Chassis, Software, 2 FE ports Serial No. 88809371980
CON-SNT-PIX525R - Smartnet 8X5XNBD: 1 year CISCO PIX 525-R Bundle (Chassis, Restricted SW, 2 FE Ports) Serial No.88809404173
CISCO3845 - Smartnet 8X5XNBD: 1 year Serial No.FTX0939A1T2
WS-C3750G-24TS-E1U - Smartnet 8X5XNBD: 1 year Serial No.FOC0938U0G5
CISCO1721 - Smartnet 8X5XNBD: 1 year Cisco 10/100 Base T Modulator Router with 2 WAN Slots, 32M Flash/ 64M DRAM Serial No.FTX0943Y0NF
VPN303O-NR - Smartnet 8X5XNBD VPN303O-NR: Chassis, 3 FE, SEP, 1500 user, client Serial No.CAM09422441
CISCO3745 - Smartnet 8X5XNBD: 1 year
CISCO2611XM - Smartnet 8X5XNBD: 1 year
Location: Washington, DC
PIX-525-R-BUN - Smartnet 24X7X4: 1 year Cisco PIX-525-R-BUN Bundle (Chassis, Restricted SW, 2 FE Ports)Serial No.88808232040
CVPN3030-NR-BUN - Smartnet 24X7X4: 1 year VPN3030-: Chassis, 3 FE, SEP, 1500 user, client, SW, US PWR Serial No.CAM08256540
WS-C3550-12G -Smartnet 24X7X4: 1 year 10 GBIC ports + 2-10/100/1000 ports: EMI Serial No. CAT0752R0CX
WS-C3550-12G - Smartnet 24X7X4: 1 year 10 GBIC ports + 2-10/100/1000 ports: EMI Serial No. CAT0752Z0T7
WS-C3550-12T - Smartnet 24X7X4: 1 year 10-10/100/1000 ports + 2 GBIC ports: EMI Serial No. CAT0803N0Y8
WS-C3550-24-SMI - Smartnet 24X7X4: 1 year 24-10/100 + 2 GBIC ports: SMI Serial No. CHK0649W1FD
WS-C2924M-XL-EN - Smartnet 24X7X4: 1 year 24-port 10/100 Switch w/Two Module Slots ( Enterprise Edition)Serial No.FAB0438U0LS
WS--C2950G-24-EI - Smartnet 24X7X4: 1 year Catalyst 2950, 24-10/100 with 2 GBIC slots, Enhanced image Serial No. FOC0735Z3EK
CISCO1721 - Smartnet 24X7X4: 1 year Cisco 10/100 Base T Modulator Router with 2 WAN Slots, 32M Flash/ 64M DRAM Serial No.FTX0825Y0AQ
This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that the response is not a request that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this sources sought notice.
The information being requested is for planning purposes. The Government does not intend to award a contract or otherwise pay for the information requested. DHS-OIG will to assess the ability of the market to meet the needs as stated above based on the information received.
Dependent upon the results of this market survey, DHS-OIG may subsequently issue a Request for Quote (RFQ) to acquire these services.
In order to set this solicitation aside, DHS-OIG needs to insure that the set-aside community is capable of fulfilling the above requirements. Please provide us with the following information:
· The name and location of your company, contact information and identify the company's business size classification as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) service disabled veteran owned small business, or 7) large business.
· Provide any available contract vehicles, such as a GSA Schedule.
· Provide information that clearly indicates your capability to meet the above requirements. The name and contact information for customers, current or previous, for which you have provided services similar to the ones that we require.
· Documentation that supports that your company would be providing at least 51% of the work to be performed and specifically, those tasks included in the 51%.
Electronic submissions shall be sent to [email protected]. and received no later than 2:00 PM ET, December 16, 2008. The subject must contain SS-FIG-09-0009 TW. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:
.bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, and .zip files.
Microsoft Office compatible documents are acceptable.