Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
MODIFICATION

70 -- SERVER AND STORAGE SYSTEMS FOR WEATHER DISSEMINATION

Notice Date
8/2/2005
 
Notice Type
Modification
 
Contracting Office
BMSW/WE, Battle Management Systems Wing/Weather Systems Division, 11 Barksdale St., Bldg. 1614, Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
FA8723-05-M-0001
 
Response Due
8/8/2005
 
Archive Date
11/8/2005
 
Point of Contact
Mary Stripinis mary.stripinis@hanscom.af.mil
 
E-Mail Address
Email your questions to E-mail the POC
(mary.stripinis@hanscom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
****UPDATE**** Solicitation FA8723-05-M-0001 previously posted on 29 July 2005, is updated to reflect a change to CLIN 0002, paragraph (d) Windows Server 2003 Enterprise Edition License; which is deleted in its entirety and replaced with: (d) Windows Server 2003 License; **There is no change to the requirement that Offers are due no later than 10:00 a.m. Eastern Standard Time on Monday 08 August 2005.** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 13.5 and 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 Quotations (RFQ) issued from Purchase Request F2BDAZ5201B002. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-04, effective 8 June 2005. This requirement is set-aside for small businesses only. The NAICS Code for this synopsis/solicitation is 334111 and 334112, and the Size Standard 1000 employees. The Government intends to award one (1) purchase order with four (4) contract line item numbers (CLINs). CLIN 0001 is for four (4) lots of blade server chassis with the following features: (a) 19" enclosure with no blades, two (2) Power Supplies; (b) rack chassis with rails for square hole racks; (c) 2 gigabit pass-thru for Input/Output (IO) Bays 1-2 or 3-4 (with Ethernet Daughtercard); (d) two (2) fibre channel pass-thru + 1 blank for IO Bays 3-4; (e) hot swappable / failover-recovery configuration capability; and (f) three (3) year, twenty-four(24) hour on-site support. CLIN 0002 is for ten (10) lots of blade servers with the following features: (a) Fibre Channel Host Bus Adapter (HBA), required with Fibre Channel pass-thru or switch in IO Bays 3-4 (HBA needs to be certified with both an HP EVA8000 Disk Array, and a IBM FasTt600/700); (b) minimum of 3.0GHz/1MB cache Intel processor or AMD equivalent; (c) minimum 2GB DDR2 400MHz (2X1GB) DIMMs; (d) Windows Server 2003 License; and (e) three (3) Year, twenty-four (24) hour on-site support. CLIN 0003 is for four (4) lots of fibre channel storage arrays with the following features: (a) 100 GB usable storage with Raid 5 configuration; (b) operational with CLIN 0002 blade servers; (c) fault tolerant, hot swappable, and fully redundant power system; (d) expandable to support up to 1 TB with Raid 10 (required for three (3) of the units); and (e) three (3) year, twenty-four (24) hour on-site support.. CLIN 0004 is for one (1) lot of network attached storage (NAS) with the following features: (a) 100 GB total disk storage and (b) three (3) year, twenty-four (24) hour on-site support. The offeror will provide F.O.B. Destination prices in its offer and commit to deliver to Bellevue, NE 68005 within ten (10) days After Receipt of Order (ARO) if requested by the Government. Full street address and Point of Contact in NE will be provided once Order awarded. Technical support locations include the contiguous United States and Hawaii. The offeror shall also provide in its offer warranty terms and conditions. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluations-Commercial Items (in paragraph (a) the following specific evaluation criteria is to be included: technical capability of the item offered to meet the Government requirements and price (technical capability is more important than the price); FAR 52.212-3 Offeror Representations and Certification-Commercial Items (offeror shall include a completed copy of this provision with their offer); FAR 52.212-4- Contract Terms and Conditions-Commercial Items; FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, [in paragraphs (b) and (c) the following clauses apply; 52.203-6 Alt I, 52.219-6 Alt I, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.222-48, 52.225-13, 52.232-33]. Also included are DFAR 252.204-7004 [this clause is for use when FAR 52.204-7 is included], 252.211-7003, 252.212-7000, 252.212-7001, [in paragraph (b) the following clause applies: DFAR 252.225-7001], 252.225-7002, 252.225-7012, 252.225-7035, 252.232-7003, and 252.243-7002. DFAR 252.225-7000, Buy American Act, applies and must be filled-out and submitted with your offer. FAR 52.252-1, Solicitation Provisions and 52.252-2, Clauses Incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil/. All interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov/. In accordance with FAR 13.106-1(a)(2), award will be made on the basis of factors as stated above. Offers will be evaluated in accordance with FAR 13.106-2. Offers are due no later than 10:00 a.m. Eastern Standard Time on Monday, 08 August 2005. Offers may be mailed to BMSW/WE - Attn: Mary Stripinis - 11 Barksdale Street, Building 1614, - Hanscom AFB, MA 01731-1700, emailed to mary.stripinis@hanscom.af.mil, or faxed to (781) 266-9753 to the attention of: BMSW/WE, Mary Stripinis.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00860276-W 20050804/050802212148 (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.