Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2002 FBO #0125
SOLICITATION NOTICE

70 -- Synopsis/Solicitation for a Brand Name Mandatory Purchase of EMC Corporation Hardware, Software, and Professional Services

Notice Date
4/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-02-T-0043
 
Response Due
4/19/2002
 
Archive Date
4/20/2002
 
Point of Contact
Amanda Ankerman, Contract Specialist, Phone 301-995-8672, Fax 301-995-8670, - Josephine Scully, Contract Specialist, Phone (301) 995-8117, Fax 301-995-8670,
 
E-Mail Address
ankermanad@navair.navy.mil, scullyja@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 12.3 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-02-T-0043 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 12.3, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. The Government intends to award a contract on a brand name mandatory basis for EMC Corporation hardware, software and professional services under the authority of FAR 6.302-1. Contract type will be firm-fixed price. EMC Corporation is the sole manufacturer of equipment that will satisfy the Government?s minimum requirement for intended application because it is the only known equipment that will be compatible with the existing systems. The contract line item numbers (CLIN) and descriptions for this brand name mandatory procurement are: ** CLIN 0001 Array Expansion Upgrade to Division EMC Clariion 4700 Storage Array System (P/N: DAE)(Qty of 1); CLIN 0002 Single 16 Port 2GB FC Switch (P/N: DS-16B2-0D)(Qty of 1); CLIN 0003 2GB Optical Host Bus Adapter for NT (P/N: HBAE2-NT)(Qty of 2); CLIN 0004 FC 73GB Drive 10K 73GB Hard Drive for Upgrade of EMC Clariion 4700 Storage Array System (P/N: FC-31-73)(Qty of 11); CLIN 0005 FC4700 Access Logix Tier 4 Software for Clariion 4700 Upgrade (P/N: ACLG47-T4)(Qty of 1); CLIN 0006 NAVISPHERE Agent for Windows NT ? Win Attach (P/N: NAVAGT-WIN)(Qty of 2); CLIN 0007 Professional Services 16 PT Access LGX for Clariion 4700 Upgrade (P/N: PSPKCMLT16)(Qty of 1); CLIN 0008 10 meter MM Fibre Cable LC-LC (P/N: FM-LL10MD)(Qty of 2); CLIN 0009 3 meter MM Fibre Cable LC-2C (P/N: FM-LS3MD)(Qty of 2); and CLIN 0010 1 U Rack Kit Hi Pro for Upgrade of Division Clariion 4700 (P/N: DS16B2-RKH)(Qty of 1).** A copy of the representations and certifications may be found on the NAVAIR Homepage at www.navair.navy.mil/ business/ecommerce/index.cfm. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The North American Industry Classification Systems (NAICS) code for this requirement is 334112 with a size standard of 1000 employees. The proposal, along with completed representations and certifications is due by 19 April 2002. Award is anticipated no later than 25 May 2002 with a required delivery date of 30 days after award of contract. FOB Destination to Receiving Officer, BLDG 8115, Villa Road Unit 11, St. Inigoes, MD 20684-0010. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is considered to be most advantageous to the Government, price only considered. The following factors shall be used to evaluate offers: (1) Price. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (FEB 2002) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (FEB 2002) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (I) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999; and (3) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) ?Year 2000 compliant? means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2001) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **End of clause** Offeror shall include a completed copy of the provision at FAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995) with its quote. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (NOV 2001) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7007, Buy American Act?Trade Agreements--Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (2) 252.225-7012 Preference for Certain Domestic Commodities, and (3) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (NOV 2001) applies to this solicitation. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES FOR ITEMS OTHER THAN THE BRAND NAME EMC CORPORATION EQUIPMENT LISTED IN THIS SYNOPSIS. However, responsible interested parties may submit information in which they identify their interest and capability. Quotes are due to Amanda Ankerman, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 19 April 2002. Facsimile proposals shall be accepted. The Government will not pay for any information received. The Government reserves the right to process the procurement on a brand name mandatory basis based upon the responses received. For information regarding this solicitation or copies of FAR provision 52.212-3 and DFAR clauses 252.212-7000 contact Amanda Ankerman, Code 251235, Tele#301-995-8672 or via e-mail: ankermanad@navair.navy.mil If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-995-8670) or telephone (301-995-8672).**END SYNOPSIS/SOLICITATION #N00421-02-T-0043. **
 
Place of Performance
Address: St. Inigoes, MD
Zip Code: 20684
Country: USA
 
Record
SN00053583-W 20020406/020404213402 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.