Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
SOLICITATION NOTICE

70 -- hardware upgrade

Notice Date
8/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406
 
ZIP Code
62225-5406
 
Solicitation Number
Reference-Number-DMCUMO02MP0005
 
Response Due
8/12/2002
 
Archive Date
8/27/2002
 
Point of Contact
Trudy Thalmann, Contract Specialist, Phone 618-229-9702, Fax 618-229-9177,
 
E-Mail Address
thalmant@scott.disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Request for quote (RFQ) DMCUMO02MP0005. (iii) The RFQ document and incorporated provisions and clauses are those in effect through FAC 08. (iv) The NAICS code is 541519, the size standard is $21,000,000, and the resultant contract will be 100% set-aside for small business. (v) Provide a price for each of the following three CLINs. (vi) CLIN 0001: Sixteen each, Hitachi 9200 36GB disks, part number DF-F500.AAF36. CLIN 0002: 9200 storage expansion unit, part number DF-500-RKAZ, 1 each. CLIN 0003: 128MB, 9200 2-cache unit installation, part number DF-F500-C256, 1 each. Offerors should state whether or not government purchase card is accepted. This is an expansion of an existing SAN. Required software is in place. Installation support/testing should be part of the installation process. Expansion units should accommodate additional growth. New equipment and a one-year warranty are required. (vii) Ship to DECC Detachment San Diego, Attn: Gloria Gullard (619-545-0015, NAS North Island, Bldg. 1482, San Diego, CA 92135-7015. FOB destination; acceptance at destination. Delivery required no later than 12 calendar days after date of award. (viii) FAR 52.212-1 does not apply to this acquisition. (ix) FAR 52.212-2 does not apply to this acquisition. Award will be based on technically acceptable low offer. (x) FAR 52.212-3 does not apply. (xi) FAR 52.212-4 applies to this acquisition. (xii) The following FAR clauses apply to this acquisition: 52.209-6, 52.219-6, 52.252-2, 52.252-6, 52.253-1, 52.212-5, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-36, 52.233-3, 52.239.9209. (2) The following DFARS clauses apply to this acquisition: 252.204-7003, 252.204-7004, 252.212-7001 DEV, 252.225-7001, 252.225-7002 (access to clauses can be made via http://FARSITE.HILL.AF.MIL). The following additional clause is applicable to this procurement: FAR 52.239-9209, Year 2000 Compliance, MARCH 1998, (a) All information technology provided under, or in support of, this contract by the contractor and all subcontractors shall be Year 2000 compliant. "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, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. (b) To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or same type of information technology, that will be provided under the contract. Year 2000 compliance testing will be accomplished and documented in accordance with generally accepted commercial standards/practices. If requested, the contractor shall provide the Government with a copy of such Year 2000 compliance test documentation at no additional cost to the Government. The contract type will be firm fixed price. All unit prices are firm fixed price. (xiii) There is no DPAS rating. See numbered note 1. (xiv) Quotes must be received on or before 12 Aug 2002. (xv) Fax or email your quotes to DITCO/AQSS3, Attn: Trudy A. Thalmann, 2300 E. Drive, Scott AFB IL 62225-5406, fax to 618-229-9177 or email: thalmant@scott.disa.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DISA/D4AD/DITCO/Reference-Number-DMCUMO02MP0005/listing.html)
 
Place of Performance
Address: DECC Detachment San Diego, NAS North Island, Bldg. 1482, San Diego, CA 92135-7015
Zip Code: 92135-7015
Country: U.S.A.
 
Record
SN00136934-F 20020810/020808221624 (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.