Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2005 FBO #1319
MODIFICATION

70 -- HP SERVERS, EXTERNAL DISK STORAGE, BACKUP HARDWARE, UPS, EQUIPMENT ENCLOSURES AND ACCESSORIES

Notice Date
7/5/2005
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Department of Defense Education Activity, DoDEA Pacific Procurement Office (DPPO), Unit 35007, APO, AP, 96376-5007
 
ZIP Code
96376-5007
 
Solicitation Number
HE1260-05-R-0040
 
Response Due
7/15/2005
 
Archive Date
7/30/2005
 
Point of Contact
Henry Taylor, Contract Specialist, Phone 81-6117-445871, Fax 81-98-957-4535, - Henry Taylor, Contract Specialist, Phone 81-6117-445871, Fax 81-98-957-4535,
 
E-Mail Address
Henry.Taylor@pac.dodea.edu, Henry.Taylor@pac.dodea.edu
 
Description
Additional Requirement: Warranty Support: The Contractor is responsible for providing three-year, on-site warranty. The Contractor is responsible for providing within "two business days", 8:00 AM to 4:00 PM, on-site(See List of Locations in Attachment 2)response for warranty repair. All items available on the contract will be covered by three-year,on-site warranty repair. Warranty repair costs will include all parts,labor, materials, transportation and shipping necessary to effect the repair(s). Items requiring warranty repair will be returned to full operational service or replaced within five business days. The Contractor is responsible for obtaining all passes and other documents necessary for unescorted access into U.S. military installations throughout Guam, Okinawa, Mainland Japan, and South Korea. Warranty support calls will be initiated and coordinated through the DoDDS Pacific Information Technology Support Services(ITSS)contract service provider. The Contractor will provide a detailed plan outlining their warranty support approach in order to meet the requirements above. The plan must include the names, contact phone numbers,and email addressees of all "in-country" warranty service providers. (i)This is a Brand Name combined synopsis/solicitation for commercial items in accordance with U.S.C. 2304 (1) FAR 6.302-1, Only One Responsible Source and no other supplier or services will satisfy agency requirements and FAR Part 12 and Part 15, as supplemented with additional information included in the solicitation. This announcement constitutes the only solicitation. (ii) RFP No. HE1260-05-R-0040(PR No. HE1260-5124-4001) is a Brand Name combined synopsis/solicitation for commercial items. This Brand Name combined synopsis/solicitation is issued as a request for proposals (RFP). Submit written offers to: Solicitation Number: HE1260-05-R-0040 Posted Date: Jul 01, 2005 Response Date: Jul 15, 2005 Current Response Date: Jul 15, 2005 Oral offers will not be accepted. FAX proposals will not be accepted. Emailed proposals will be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This Brand Name combined synopsis/solicitation incorporated provisions and clauses in accordance with Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as a Brand Name acquisition only. (v) CLIN 0001 - CAMPUS SERVER - HP PROLIANT DL380 G4 DL380R04 X 3.6-1 MB/800, 2GB HIGH PERFORMANCE, P/N 361011-001. 4.00 EACH CLIN 0002 - CAMPUS SERVER - HP PROLIANT DL380 G4 2GB REG PC2-3200 2 X 1GB, P/N 343056-B21. 4.00 EACH CLIN 0003 - CAMPUS SERVER - HP PROLIANT DL380 G4 SMART ARRAY 6404/256 CONTROLLER, P/N 273914-B21. 4.00 EACH CLIN 0004 - CAMPUS SERVER - HP PROLIANT DL380 G4 64-BIT/133-MHZ DUAL CHANNEL ULTRA320 SCSI ADAPTER, P/N 268351-B21. 4.00 EACH CLIN 0005 - CAMPUS SERVER - HP PROLIANT DL380 G4 36.4-GB 15,000 RPM, U320 UNIVERSAL HARD DRIVE, 1", P/N 286776-B-22. 24.00 EACH CLIN 0006 - CAMPUS SERVER - HP PROLIANT DL380 G4 PROLIANT ESSENTIALS INTEGRATED LIGHTS-OUT ADVANCED PACK, P/N 302280-B21. 4.00 EACH CLIN 0007 - DEPLOYMENT SERVER - HP PROLIANT DL380 G4 DL380R04 X 3.6-1MB/800, 2GB HIGH PERFORMANCE, P/N 361011-001. 4.00 EACH CLIN 0008 - DEPLOYMENT SERVER -HP PROLIANT DL380 G4 2GB REG PC2-3200 2 X 1GB, P/N 343056-B21. 4.00 EACH CLIN 0009 - DEPLOYMENT SERVER - HP PROLIANT DL380 G4 36.4-GB 15,000 RPM, U320 UNIVERSAL HARD DRIVE, 1", P/N 286776-B-22. 8.00 EACH CLIN 0010 - DEPLOYMENT SERVER - HP PROLIANT DL380 G4 72.8-GB 10,000 RPM, U320 UNIVERSAL HARD DRIVE, 1", P/N 286714-B22. 16.00 EACH CLIN 0011 - DEPLOYMENT SERVER - HP PROLIANT DL380 G4 PROLIANT ESSENTIALS INTEGRATED LIGHTS-OUT ADVANCED PACK, P/N 302280-B21. 4.00 EACH CLIN 0012 - EXTERNAL DISK STORAGE - HP STORAGEWORKS MODULAR SMART ARRAY 30 DB, P/N 302970-B21. 4.00 EACH CLIN 0013 - EXTERNAL DISK STORAGE - HP STORAGEWORKS MODULAR SMART ARRAY 30 SB, P/N 302969-B21. 4.00 EACH CLIN 0014 - EXTERNAL DISK STORAGE - ULTRA320 DUAL BUS UPGRADE I/O MODULE, P/N 287483-B21. 4.00 EACH CLIN 0015 - EXTERNAL DISK STORAGE - 12 FT VHDCI TO 68-PIN SCSI CABLE, P/N 341177-B21. 16.00 EACH CLIN 0016 - EXTERNAL DISK STORAGE - 72.8-GB 10,000 RPM, U320 UNIVERSAL HARD DRIVE, 1", P/N 286714-B22. 28.00 EACH CLIN 0017 - EXTERNAL DISK STORAGE - 300-GB 10,000 RPM, U320 UNIVERSAL HARD DRIVE (1"), P/N 350964-B22. 28.00 EACH CLIN 0018 - BACKUP HARDWARE - HP STORAGEWORKS ULTRIUM 960 RACK-MOUNT (CARBONITE), P/N Q1595A. 4.00 EACH CLIN 0019 - BACKUP HARDWARE - HP STORAGEWORKS ULTRIUM 960 TAPE DRIVE, INTERNAL (CARBONITE), P/N Q1538A. 4.00 EACH CLIN 0020 - BACKUP HARDWARE - HD/VHDCI CABLE OPTION KIT, P/N 168048-B21. 4.00 EACH CLIN 0021 - BACKUP HARDWARE - HP ULTRIUM 800 GB RW DATA CARTRIDGE, P/N C7973A. 40.00 EACH CLIN 0022 - BACKUP HARDWARE - HP ULTRIUM UNIVERSAL CLEANING CARTRIDGE, P/N C7978A. 16.00 EACH CLIN 0023 - UPS - HP UPS R3000 XR (120V), P/N 192186-001. 4.00 EACH CLIN 0024 - UPS - EXTENDED RUNTIME MODULE (ERM), R3000 XR, P/N 192188-B21. 4.00 EACH CLIN 0025 - UPS - SNMP/SERIAL PORT CARD, P/N 192189-B21. 4.00 EACH CLIN 0026 - UPS - HP MODULAR POWER DISTRIBUTION UNITS (MPDU), LOW VOLT MODEL, P/N 252663-D71. 4.00 EACH CLIN 0027 - EQUIPMENT ENCLOSURES AND ACCESSORIES - HP 10642 (42U) RACK CABINET -SHOCK, P/N 245161-B22. 4.00 EACH CLIN 0028 - EQUIPMENT ENCLOSURES AND ACCESSORIES 42U SIDE PANELS (SET OF TWO) (GRAPHITE METALLIC), P/N 246099-B21. 4.00 EACH CLIN 0029 - EQUIPMENT ENCLOSURES AND ACCESSORIES 600MM STABLIZER OPTION KIT (GRAPHITE), P/N 246107-B21. 4.00 EACH CLIN 0030 - EQUIPMENT ENCLOSURES AND ACCESSORIES KIT INCLUDES FOUR PANELS IN 1U, 2U, 4U, AND 8U, P/N 253214-B26. 8.00 EACH CLIN 0031 - EQUIPMENT ENCLOSURES AND ACCESSORIES TFT5600 RACK KEYBOARD MONITOR, P/N 221546-001. 4.00 EACH CLIN 0032 - EQUIPMENT ENCLOSURES AND ACCESSORIES 1 X 4 SERVER CONSOLE SWITCHES (KVM), P/N 400336-001. 4.00 EACH CLIN 0033 - EQUIPMENT ENCLOSURES AND ACCESSORIES 12' CPU TO SWITCH CABLE, P/N 110936-B21 16.00 EACH (vii) FOB: Destination for delivery to: DODDS Pacific Director's Office, Attn: Pacific IT Division, Unit 35007, APO AP 96376-5007 . Responsibility and Inspection: Unless otherwise specified in the contract the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition. FAR 52.212-2 Evaluation - Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this Brand Name combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on Best Value to the Government. Best value include but is not limited to price, delivery date, and technical capability. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, their proposal. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. (xvi) All offerors shall complete the following Past Performance Questionnaire and submit it along with their proposal: ATTACHMENT 1 DoDDS PACIFIC PROCUREMENT DIVISION TORII AIR STATION, OKINAWA JAPAN PAST PERFORMANCE QUESTIONNAIRE Provide three (3) Government or commercial customers Past Performance on your Performance for whom you have provided similar services in the recent past. When determining the relevancy of the references provided, consider similarities to the scope of work required under this solicitation, IT hardware, software, supplies and equipment. Briefly describe the supplies/services provided to the customer and provide information on problems encountered, if any, and the offeror’s corrective actions. Indicate the name, voice and facsimile telephone numbers, and electronic email address of at least one point of contact at each reference listed. The company's individual completing the Past Performance maybe contacted after the proposal due date and maybe asked to supply additional information requested. The offerors are encouraged to ensure that their Past Performance is completed by three sources and submitted along with their proposal . In addition to sources identified by the offeror, the Government may use other sources in evaluating the offeror's overall past performance record. Please complete: Evaluator’s Company /Organization: Name of Evaluator: Duty Position/Title: I. CONTRACTOR'S INFORMATION: Please complete the following questionnaire on the below-listed contractor who has provided services in the past or is currently providing services for your company/organization. If any information is incorrect or incomplete please provide the complete accurate information. a. Contractor (Company/Name): _________________________________________________________________ Point of Contact: ___________________________________________________________________________ b. Contractor Address: __________________________________________________________________________ Telephone:___________________________________________________ c. Contract Information: 1. Contract Number: ________________________________________________________________________ 2. Type of Contract: Negotiated ___ Firm-Fixed Price ___ Cost Reimbursement ___ Hybrid (explain) _________________________________ 3. Technical Complexity of Work: Routine ___ Difficult ___ Very Difficult ___ 4. Period of Performance: ____________________________________________________________________ 5. Total Contract Amount: ___________________________________________________________________ 6. Services Provided (Explain, in some detail, the type of services provided by the contractor): II. PERFORMANCE INFORMATION: When responding to the following statements, choose the number on the scale below, based on the corresponding standard definitions described below, which most accurately describes the Contractor's performance under your contract effort. If the statement is not applicable to the circumstance of this contract effort, rate neutral. The numbers correspond with the following standard ratings: 0 thru 64 65 thru 100 UNACCEPTABLE ACCEPTABLE Numerical Rating Description of Standard 65-100 The proposal demonstrates an acceptable record of past performance that exceeds capability of achieving overall program and performance objectives. Manifests strengths that will benefit the Government. 0-64 The proposal demonstrates an unacceptable record of past performance that manifests no chance of achieving overall program and performance objectives. THE CONTRACTOR… 1. Does the contractor comply with realistic delivery schedules, meet established project schedules, and conformed to contract requirements? RATING: COMMENTS/REMARKS: 2. Did the contractor provide experienced managers and supervisors with the technical and administrative abilities as required to meet contract requirements? Does demonstrate ability to replace personnel, if necessary, without delay or impact to contract performance? RATING: COMMENTS/REMARKS: 3. Does the contractor utilizes quality and dependable suppliers? RATING: COMMENTS/REMARKS: 4. Does the contractor provide effective quality control, which result in supplies/services being delivered/performed in accordance with the provisions of the contract? RATING: COMMENTS/REMARKS: 5. Do the contractor Identify problems as they occurred? Do the contractor suggest alternative approaches to problems? Do the contractor display initiative to solve problems? RATING: COMMENTS/REMARKS: 6. Do the contractor requested additional information at appropriate times to solve issues regarding contract performance, customer satisfaction, or Contracting Officer needs? RATING: COMMENTS/REMARKS: 7. Do the contractor respond to emergency situations by promptly assessing the scope, providing accurate proposals, negotiating price and performance schedule, and timely performance in meeting customer needs? RATING: COMMENTS/REMARKS: 8. Do the contractor provide timely, accurate, complete and reasonable prices on items that meet the requirements of the project or modification? RATING: COMMENTS/REMARKS: 9. Do the contractor provide accurate invoices? RATING: COMMENTS/REMARKS: 10. Has the Contractor ever been given a Cure Notice, Show Cause Notice, Letter of Concerns, or had payment withheld for services not rendered? RATING: COMMENTS/REMARKS: 11. Do the Contractor provide timely resolution of warranty defects? RATING: COMMENTS/REMARKS: 12. Has the contractor demonstrated reasonable and cooperative behavior and commitment to customer satisfaction; and does the contractor demonstrate a business-like concern for the interests of its customers? RATING: COMMENTS/REMARKS: 13. Please provide any additional comments or remarks you feel may be useful in evaluating the respective contractor's performance below: COMMENTS/REMARKS: III. Thank you for your time and effort in completing this Past Performance Questionnaire. (xv) All proposals must be emailed to Mr. Taylor at Henry.Taylor@pac.dodea.edu. Proposals are required to be received no later than 1:00 PM, Japan Standard Time, Friday, 15 July, 2005. Oral offers will not be accepted. FAX proposals will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/DoDEA/FPOAP/HE1260-05-R-0040/listing.html)
 
Place of Performance
Address: DoDDS Pacific Director Attn: Pacific IT Division Unit 35007 APO AP 96376-5007
Zip Code: 96376-5007
Country: Okinawa, Japan
 
Record
SN00841702-F 20050707/050705212552 (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.