Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
SOLICITATION NOTICE

70 -- ADP Components

Notice Date
3/11/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017804R2017
 
Response Due
3/19/2004
 
Archive Date
6/30/2004
 
Point of Contact
Code XDS129 540-653-7942 FAX: 540-653-4089
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. 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; proposals are being requested and a written solicitation will not be issued. Simplified Acquisition Procedures will be used in accordance with FAR 13.5. The Naval Surface Warfa re Center, Dahlgren Division, intends to purchase the following items manufactured by SUN: One (1) Configuration A40-8P1200-16GB (inclusive of one (1) Sun Fire V1280Server, 2*CPU/memory boards with 8*11.2GHz Ultra SPARC III Cu processors with 8MB cache each and 16GB DRAM, 2*73GB 10Krpm hard disks, 1*DBD-ROM, 2*Gb ethernet ports, 1*Ultra3 SCSI port, 4*power supplies (2N rudeundance), Standby System Controller (SCC), and Solaris 9 4/03, P/N A40-8P1200-16GB, two (2) Sun StorEdge 2Gb PCI single fibre channel network adapter, 200MB/s per channel with optical interface, P/N SG-XPCI1FC-QF2, one(1) X-OPT 20GB 3.5 IN 4MM DDS-4 internal Tape drive for the Sun Fire V1280 and NETRA 1280, P/N X6297A, one (1) Localized Power Cord Kit North American/Asian Sun Fire V1280 server only contains 4 AC power cords, P/N X321L, and one (1) SunFire V1280 8 Way Upgrade to Silver Support for 3 Years, P/N W9D-A40-8P-3S); One (1) Configuration XTA3510R01A2R876 (inclusive of one (1) Sun StorEdge 3510 Fibre Channel Array, Rack Ready, 876-GB (12/73-Gbyte 10K RPM disks) w/2 FC-AL HW RAID controllers, 1GB std cache per controller, 2 AC power supplies, 6 SFPs, and Sun StorEdge Configuration Service (standard configuration), P/N XTA3510R01A2R876, two (2) Localized Power Cord Kit North American/Asian, P/N X311L, four (4) 2M LC to LC FC Optical Cable, P/N X9732A, one (1) Sun StorEdge (TM) 3000 2U universal rack, sliding rail kit, P/N XTA-3000-2URK-19U, one (1) Sun StorEdge Management Software Kit which includes Sun StorEdge Enterprise Storage Manager 2.0 Medial & Documentation L10N; Sun Storage Automated Diagnostic Environment 2.3 Media, Documentation and RTU license; Sun SAN foundation Software 4.3. , P/N NMK9S-00B-99Y9, one (1) SE3510 Upgrade to 3 Years of Silver Support, P/N W9D-SE351 0-3S, and one (1) Sbus Dual FC Network Adapter 100MB/s per channel with optical interface, P/N X6757A; one (1) Configuration SG-XSWBRO3200 (inclusive of one (1) Brocade Silkworm 3200 8 Port Fibre Channel switch includes single power supply, 2 Gb/s and 1Gb/s autosensing capable, Full Fabric capable, Web Tools, Advanced Zoning, Performance Monitor and Fabric Watch software. Switch port connection is LC based, P/N SG-XSWBRO3200 and two (2) 4 pack of Small Form Pluggable 2 Gbit Fibre Channel Transceivers, short wave, P/N XSFP-SW-2GB-4PK; one (1) Brocade 8 port switch upgrade to 3 years of Silver support, P/N W9D-BROC-8P-3S; two (2) 15 Meter LC to SC Fibre Channel Optic Cable, P/N X9724A; one (1) License key for the Brocade 3200 which allows the switch to participate in Brocade?s secure fabric architecture. Every switch within Brocade?s Secure Fabric requires a Security license, P /N SG-XSWBRO-3200SEC; one (1) Brocade Fabric manager v4.1 Standard editiaon switch management software. Requires Solaris 2.8 or Win2K for a server. The client is a Java application. This license will support up to and including ten switches, P/N SG-XSWBRO-FM10SW; one (1) Brocade Silkworm 3200 rack mount kit. Required for mounting the Silkworm 3200 in a Delorean rack or 19 inch rack, P/N SG-XSWBRO3200-RK; one (1) 72-inch StorEdge Expansion Rack w/ 2 power sequencers and cables. The StorEdge Expansion Rack is intended for a variety of Storage Products including the A1000/D1000, A3000, A5000, and tape products. The rack is 24 inches wide and 72 inches tall. This rack will include power sequencers and power cables, P/N SG-XARY030A; one (1) Front door assembly for 72 inch expansion cabinet, P/N X9818A; two (2) U.S./Canada power cord for StorEdge expansion cabinet (NEMA L6-30P plug), P/N X3858A; one (1) Solaris 8 HW 7/03 System Administrator?s media kit (CD & DVD). Multilingual with English hardcopy Install Documentation, pricing per kit, P/N SOLZS-08KB9AYM; one (1) Solaris 9 CD-ROM media kits (latest release). SPARC Platfrom Edition. Multilingual. No hardcopy documentation, no license, P/N SOLZS-090C9AYM; one (1) Multilanguage (English & Japanese), Sun ONE Studio 8, Compiler Collection Media Kit, 1 Media Kit only, for SPARC, No license included, P/N SCCMS-800-T99M; one (1) Multilanguage (English & Japanese, Sun ONE Studio 8, Compiler Collection, 10-RTU, Slim Kit contains C, C++, Fortran Compilers and dbx Debugger for SPARC, includes software, on-line documentation and specified number of user licenses, P/N SCCXS-800-T99M; one (1) Workgroup Server Installation for 1 Server, P/N WGSERVER-INSTALL; one (1) ARRAYSTART BASE CHARGE installation service Base Charge. ArrayStart Base Charge plus Per-Tray charge provides hardware and software installation and configuration of Sun StorEdge Arrays, P/N ARRAY-INS-BAS2; one (1) Sun StorEdge ArrayStart installation service Per-Tray Charge. ArrayStart Base Charge plus Per-Tray Charge provides hardware and software installation and configuration of Sun StorEdge Arrays, P/N ARRAY-INS-PER-TRAY; and one (1) Installation charge for single 8-port Sun storage switch during business hours. Applies to Sun-sold StorEdge and Brocade switches. These items are required for compatibility with other items used in the Aegis Baseline 7 Program Generation, Program Test and Program Production suites at the Aegis land based facilities. This acquisition will occur via a Firm Fixed-Price contract. All items shall be delivered and accepted FOB-Destination to the Receiving Officer, Bldg. 125, Naval Surf ace Warfare Center, Dahlgren, Virginia 22448-5100, between the hours of 7:00 AM and 2:30 PM on weekdays. No deliveries will be accepted on Federal holidays. Delivery is required no later than 30 days ARO. This solicitation number is N00178-04-R-2017. It is issued as a Request for Quote (RFQ). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2001-20 (23 Feb 2004), and DFARS Change Notice 20040223. The NAICS Code associated with this procurement is 423430; the small business size standard is 750 employees. All offerors must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, and DFAR 252-212-7000 Offeror Representations and Certifications with their quotes. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorp orated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, subparagraphs (a), (b)(1), (b)(7), (b)(13-19), (b)(24), (b)(29), (d), and (e) apply to this solicitation and are hereby incorporated by reference. Finally, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraphs (a), (b)(252.225-7012),(b) (252.227-7015), (b)(252.227-7037), (b)(252.232-7003), (b)(252.243-7002), (b)(252.247-7023), (b)(252.247-7024)and (c), and DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country also apply to this acquisition. The Defense Priority and Allocation System (DPAS) rating is DO-A70. The closing date for receipt of quotes is 3:00 p.m. (Eastern time), 19 March 2004. Electronic quotes are encouraged at XDS12@nswc.navy.mil, but quotes may also be faxed to (540) 653-4089 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS129, Bldg. 183, Room 104, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100. The Naval Surface Warfare Center, Dahlgren Division, has implemented Electronic Commerce (EC) in the acquisition area; therefore, the synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/. Hard copies will not be provided. Vendors should regularly access the NSWCDD Web site to ensure that they have downloaded all amendments.
 
Record
SN00542796-W 20040313/040311223403 (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.