Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOLICITATION NOTICE

70 -- Refurbished Hardware for HP9000/N4000

Notice Date
5/21/2003
 
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-DMCUMT03MPT0067
 
Response Due
5/23/2003
 
Archive Date
6/7/2003
 
Point of Contact
Natalie Davis , Contract Specialist, Phone 618-229-9725, Fax 618-229-9725, - Deborah Arentsen, Contract Specialist, Phone 618-229-9661, Fax 618-229-9508,
 
E-Mail Address
smith-dn@scott.disa.mil, arentsed@scott.disa.mil
 
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 soliciation; quote is being requested and a written solicitation will not be issued. (ii) Request for Quote (RFQ) DMCUMT03MPT0067. (iii) The RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-12. (iv) This RFQ is issued for Name Brand Specification (Hardware Upgrade for Warthog). NAICS Code 334111 Computer Servers Manufacturing . Size standard is 1000 employees. Only authorized resellers for refurbished equipment are acceptable. (v) Provide a price for each of the following items. (vi) Description of requirement: Provide Refurbished equipment to Upgrade existing HP9000/N4000 Server, Equipment to be fully tested, configured, refurbished, guaranteed and eligible for Manufacturer or third party maintenance. Item 1 - 8 ea, P/N: A5866A, 550-MHz cpu's; Item 2 - 2 ea, P/N: A5168A, Processor support modules; Item 3 - 2 ea, P/N: A4882A, Memory Carrier Boards; Item 4, 16 ea, P/N: A5864A, 2048-MB high density SyncDRAM; Item 5 - 2 ea, P/N: A5158A, Tachyon Fiber Host bus adapters, Trade In Credits for 8 1024 MB Memory Modules, P/N: A4923A, Trade in Credit for 4 350MHz cpu's, P/N A4883A, Installation of above items, during nights, weekends, to be scheduled by the Government; Item 6 - 2 ea A5864A, 2048-MB high density SyncDRAM with Installation of 2 - SyncDRAM, during nights weekends, to be scheduled by the Government. Offerors should state whether or not government purchase card is acceptable. (vii) Ship to DECC OKC, ATTN: Joe Little, 405-739-7443, Request 502502, 8705 Industrial Blvd., Building 3900, Tinker AFB, Oklahoma City, OK 73145-3064. FOB Destination; acceptance at destination. Delivery required no later than 30 May 03, if that date cannot be met, submit an alternate delivery date. (viii) FAR 52.212-1 applies to this acquisition. (ix) FAR 52.212-2 does not apply to acquisition. Award will be based on technically acceptable low offer. (x) FAR 52.212-3 applies. (xi) FAR 52.212-4 applies to this acquisition. (xii) The following FAR clauses apply to this acquisition: 52.209-6, 52.252-2, 52.252-6, 52.253-1, 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, 52.239-9209. (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 respresentative 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 type will be firm fixed price. All unit prices are firm fixed price. Section 508 is not applicable to this acquisition. (xiii) Offers from authorized resellers only will be accepted. There is no DPAS rating. See numbered note 1. (xiv) Quotes must be received on or before Close of Business, 23 May 2003. (xv) Email quotes to Natalie Davis, davisn@scott.disa.mil. No faxed quotes will be accepted.
 
Place of Performance
Address: DECC OKC, ATTN: Joe Little, 405-739-7443, 8705 Industrial Blvd., Bldg 3900, Tinker AFB, Oklahoma City, OK 73145-3064
 
Record
SN00329241-W 20030523/030521213113 (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.