Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2002 FBO #0228
SOLICITATION NOTICE

D -- SGI HARDWARE AND SOFTWARE SUPPORT

Notice Date
7/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Morgantown - NIOSH, 1095 Willowdale Road, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
2002-Q-00475
 
Response Due
7/31/2002
 
Point of Contact
Brenda Goodwin, Contract Specialist, Phone (304)285-5882, Fax (304)285-6083, - Rex Wolfe, Jr., Contract Specialist, Phone (304)285-5883, Fax (304)285-6083,
 
E-Mail Address
bcg1@cdc.gov, rsw1@cdc.gov
 
Description
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 being issued unrestricted as Request for Quotation No. 2002-Q-00475. The NAICS code is 541519 with a size standard of $21.0 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. SPECIFICATIONS: The National Institute for Occupational Safety and Health (NIOSH) in Morgantown, WV has a requirement for commercial maintenance service support (hardware and software) on SGI systems for the Health Effects Laboratory Division. These systems include Origin2000, Octane and Indigo2 architectures. SPECIFICATIONS: Hardware Support should cover the following parts of SGI systems: (1) Origin2000: full set of routers, midplains, MSC, PSU, fan tray, other electronic unit/rack components excluding accessories, paint or parts for refinishing the System; (2) Octane: the chassis including frontplain, PSU, motherboard; and (3) Indigo2: full system Item 1, Model Number - Origin 2000, Serial Number K0005875, C3P0: (four)Router-IR1, No NodeBord/CPU/Mem; Item 2, Model Number - Origin 2000, Serial Number K0021730, R2D2: (two)Router-IR1, 4P400 R12K, No Mem; Item 3, Model Number - Octane, Serial Number 0800690E1E16, Bambam: Chassis,PSU,030-0887-00x,No cpu/Mem/gr; Item 4, Model Number - Octane, Serial Number 0800690E0A2D, Taz: Chassis,PSU, 030-1467-001, No CPU/Mem/Gr; Item 5, Model Number - Octane, Serial Number 0800690BAFE0, Barney: Chassis,PSU, 030-0887-00x,No cpu/Mem/Gr; Item 6, Model Number - Octane, Serial Number 0800690B7F0A, Gazoo: Chassis,PSU, 030-1467-001, No CPU/Mem/Gr; Item 7, Model Number - Indigo2 Extreme, Serial Number 0069095D36, Boris: 1P200 R4400, 128Mb, E100; Item 8, Model Number - Indigo2 Max, Serial Number 0800690A7885, Bullwinkle: 1P195 R10K, 512 Mb, E100; Item 9, Model Number - Indigo2 Max, Serial Number 0800690A27C0, Natasha: 1P195 R10K, 640Mb, E100; AND Item 10, Model Number - Indigo2 Max, Serial Number 0800690A27C1, Storm: 1P195 R10K, 640Mb, E100. Software Support on IRIX excluding bug fixing for the following SGI systems: Item 1, Model Number - Origin 2000, Serial Number K0005875, 3P0: As listed above, No head; Item 2, Model Number - Origin 2000, Serial Number K0021730, R2D2: As listed above; Item 3, Model Number - Octane, Serial Number 0800690E1E16, Bambam: As listed above with ESI Graphics; Item 4, Model Number - Octane, Serial Number 0800690E0A2D; Taz: As listed above with V8 Graphics; Item 5, Model Number - Octane, Serial Number 0800690B7F0A, Barney: As listed above with SSI Graphics; Item 6, Model Number - Octane, Serial Number 0800690A27C0, Gazoo: As listed above with V8 Graphics; Item 7, Model Number - Indigo2 Extreme, Serial Number 080069095D36, Boris: As listed above with Phobos E100; Item 8, Model Number - Indigo2 Max, Serial Number 0800690A7885, Bullwinkle: As listed above with Phobos E100; Item 9, Model Number - Indigo2 Max, Serial Number 0800690A27C0, Natasha: As listed above with Phobos E100; AND Item 10, Model Number - Indigo2 Max, Serial Number 0800690A27C1, Storm: As listed above with Phobos E100. The service at minimum should include: 1) Telephone assistance 11AM to 8 PM EST, Monday through Friday, excluding holidays. 2) Replacement of failed parts, assemblies and subassemblies on the next day basis. (NIOSH will be responsible for running diagnostics and pulling/replacing parts.); 3) Current SGI IRIX updates on all systems; and 4) Information and support on SGI software as identified as system administration and configuration management. Any exceptions taken to this solicitation shall be clearly identified. The MAINTENANCE PERIOD is expected to begin somewhere around August 1 to 15, 2002 and shall continue for one year. Vendors should offer their standard support agreement with any adjustments deemed necessary to meet the Government specification, if applicable. Offers will be evaluated to determine technical compliance with the specification. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation is considered most advantageous to the Government, price and other factors considered. Your quotation must contain sufficient information to demonstrate compliance with all requirements included herein, or your offer may be rejected. Any deviations from the Government requirement shall be clearly noted. IF ANY TYPE OF EQUIPMENT INSPECTIONS ARE REQUIRED PRIOR TO ESTABLISHING THE MAINTENANCE PERIOD, THOSE COSTS SHALL BE IDENTIFIED AS A SEPARATE LINE ITEM. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2000); 52,212-2, Evaluation - Commercial Items (Jan 1999); 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2002). Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small business concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); and FAR 52.232.34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (31 U.S.C. 3332.) See http://www.arnet.gov for clauses in full text. Forms are available at http://www.gsa.gov/forms. OFFERS ARE DUE JULY 31, 2002, 2:00 P.M. local prevailing time. The following information must be submitted with all quotations. (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (vendor quotation and service agreement) containing item description with individual pricing and maintenance period; (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3 (April 2002); (4) information which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are NOT authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All quotes must include a specified expiration time for the quote (60 days desired). Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Simplified acquisition procedures will be utilized. IF A VENDOR WOULD LIKE A COPY OF THE SPECIFICATIONS IN A DIFFERENT FORMAT THAN AS STATED ABOVE, IT WILL BE MADE AVAILABLE BY CONTACTING BRENDA GOODWIN AT 304/285-5882. A COPY OF THE SPECIFICATIONS CAN BE FAXED OR SENT BY E-MAIL. Submit quote to: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2002-Q-00475, 1095 Willowdale Road, Morgantown, WV 26505. All responsible sources may submit a response, which shall be considered by the Agency.
 
Record
SN00117326-W 20020718/020717061621 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.