Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2005 FBO #1180
SOLICITATION NOTICE

70 -- SUN Hardware Equipment

Notice Date
2/16/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448
 
Solicitation Number
N0017805R1026
 
Response Due
3/2/2005
 
Archive Date
4/2/2005
 
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 Online (NECO) site located at http://www.neco.navy.mil. While it is understood the 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 a commercial item prepared in accordance with the format in FAR Subpart 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. This is a Request for Proposal (RFP); the solicitation number is N00178-05-R-1026. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to purchase on a sole source ba! sis, the following SUN hardware equipment manufactured by SUN Microsystems, Inc. Offerors must be authorized/approved Sun resellers. This procurement will be issued using full and open competition in accordance with FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. The following is being procured: CLIN 0001 two (2) each, Sun Fire V490 server, Part No. A52-JTG4B132GRB . CLIN 0002 four (4) each, power code for Sun Fire 3800-4810 server, Part No. X320A. CLIN 0003 two (2) each, Sun Quad GigaSwift Ethernet, Part No. X4444A. CLIN 0004 four (4) each, Sun StorEdge 2Gb PCI single fibre channel network adapter 2, Part No. SG-XPCI1FC-QF2. CLIN 0005 two (2) each, Sun StorEdge 2Gb PCI dual fibre channel network adapter, Part No. SG-XPCI2FC-QF2, 200. CLIN 0006 two (2) each, Sun StorEdge (tm) 6130 array, rack ready controller tray, 2044, Part No. XTA6130R11A2U2044. CLIN 0007 four (4) each, North American/Asian Power Cord, Part No. X311L. ! CLIN 0008 four (4) each, 2M LC TO LC FC Optical cable, Part No. X9732A. CLIN 0009 two (2) each, Sun StorEdge (tm) 6130 array, CSM100, 3U Rack Rail Kit for S, Part No. XTACSM1-RK-3RU-19U. CLIN 0010 one (1) each, EOL 11 March 05 Repl. Is EAA9S-300-E9M9 Sun storedge manageme, Part No. NMK9S-00B-99Y9. CLIN 0011 two (2) each, SBUS dual FC network adapter 100mb per channel with optical, Part No. X6757A. CLIN 0012 four (4) each, 15 meter LC to SC fibre channel optic cable, Part No. X9724A. CLIN 0013 one (1) each, Sun StorEdge availability Suite 3.2, Part No. NAV9S-320-99YS. CLIN 0014 one (1) each, Sun Storedge availability suite Sun volume license up to 5TB RTU, Part No. NAV2S-LCO-3929. CLIN 0015 eight (8) each, professional services project manager, Part No. Project-MGMT. CLIN 0016 forty (40) each, Storedge availability suite implementation custom, Part No. PS-Custom-GTS. CLIN 0017 one (1) each, travel charge for professional service, Part No. Travel-PS-Cust. CLIN 0018 one (! 1) each, VERITAS NetBackup SAN media server license on UNIX for deskt, Part No. VSANS-999-W999. CLIN 0019 one (1) each, VERITAS NetBackup Cross-Platform NDMP for Tier 1 NAS boxes, Part No. VOCPN-999-W999. CLIN 0020 one (1) each, Storedge expansion rack, empty, Part No. SG-XARY030A. CLIN 0021 two (2) each, A3500 Power Cord, domestic, Part No. X3858A. CLIN 0022 one (1) each, front door for Sun Storedge expansion rack, Part No. X9818A. CLIN 0023 eight (8) each, 15M LC to LC FC optical cable, Part No. X9734A. The NAICS Code is: 334111 and the Small Business Size Standard is 1,000 employees. Delivery will be F.O.B. Destination to Dahlgren, VA within 30 days ARO. The order will be a firm fixed price. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 25, effective November 4, 2004. INSTRUCTIONS: The provision at 52.212-1, Instructions of Offerors - Commercial Items applies to this acquisiti! on. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to NSWCDD, Bldg. 183, Rm. 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, no later than 3:00pm (EST). March 2, 2005. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFP number; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror's DUN's number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award. (5) A copy of the complete commercial warranty provisions and terms; (6) offered delivery time; (7) offeror's remit to address; (8) completed copies of FAR 52.212-3 and DFARS 252.212-7000; (9) past performance data of the last three sales for the same or similar item. For each reference include: contract number, dollar va! lue, date of sell, organizational name, point of contact, address, phone number and email. (10) The price proposal should include: (a) a copy of the current catalog or established price list for the items covered by the offer, or information where the established price may be found; (b) a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such items are commercial items sold in substantial quantities to the general public, at the prices list in the above mentioned catalog or established pricelist; (d) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall in! clude a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2004) applies to this requisition. The following clauses are applicable: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037 and 252.247-7024. The Defense Priority and Allocation System (DPAS) rating is a DO-A! 7. The closing date for receipt of proposals is no later than 3:00 pm (EST) on March 2, 2005. Electronic quotes are encouraged at XDS11@nswc.navy.mil. Proposals may also be faxed to (540) 653-7088 or delivered to NSWCDD, Attn: Code XDS11J, Bldg. 183, Rm. 102, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm)
 
Record
SN00753132-W 20050218/050217080541 (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.