Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

70 -- 1U and 2U Chassis with Hot Swappable SATA BackPlane

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305T0105
 
Response Due
9/7/2005
 
Archive Date
10/7/2005
 
Description
This requirement is in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-05-T-0105. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circulars 2005-05. The applicable NAICS Code for this requirement is 334111 and has a size standard of 1000. NUWC Division Keyport has a requirement for the following: CLIN 0001: 30 Each Intel Rack Optimized System Board with matching 1U Chassis with Hot Swappable SATA Backplane (3 Drives), Dual Intel Xeon 3.6/800 MHz FSB, 2MB Cache per processor, Dual Intel gigabit NICson Board 1 Slot PCI-X Riser Card DDR2), Kingston 1 x 200GB SATA Drive, 7200 RPM 8 MB Cache, Integrated SATA Controller for 2 Drives Utilized, Genuine Intel Slimline DVD-ROM Drive for Intel Chassis Assembly and Testing, 3 Year warranty on parts and labor, Full IPMI 2.0 Capabilities with build-in KVM Tool-Free Slide Rails included with Cable Management Arm. CLIN 0002: 3 Each Intel Rack Optimized System Board with matching 2U Chassis with Hot Swappable SATA Backplane (6 Drives), 3-slot PCI-X Riser and Dual Redundant 700W Power Supplies (1 plus 1), Dual Intel Xeon 3.6/800 MHz FSB, Dual Intel gigabit NICs on Board 4GB DDR2 Memory (4 x 1GB DIMMS-DDR2), Kingston 1 x 200GB SATA Drive, 7200 RPM 8 MB Cache, Hot Pluggable Genuine Intel Slimline DVD-ROM Drive for Intel Chassis Assembly and Testing, 3 Year warranty on parts and labor, Full IPMI 2.0 Capabilities with build-in KVM Tool-Free Slide Rails included with Cable Management Arm. Required delivery is within 15 days after date o! f award. FOB Destination: NUWC Division Keyport, Keyport, WA 98345-7610. Inspection/Acceptance at Destination. Responsibility: Offerors must meet the standard for FAR 9.104. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors. Offerors are advised that a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7000 Buy American Act-Balance of Payments Program Certificate must be a part of their quote. Offerors are also advised that these representations and certifications must be completed electronically via the ORCA website at http://orca.bpn.gov. Following are additional FAR and DFARS Clauses applicable to this acquisition: 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offerors Representation and Certification-Commercial Items, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Term! s and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.247-34 F.o.b.Destination, and 52.252-2 Clauses Incorporated By Reference. The following FAR clause cited in clause 52.212-5 are applicable to this acquisition: 52.203-6A1 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, ! 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Following DFARS clauses and provisions are applicable to this acquisition: 252.204-7004A Required Central Contractor Registration, Additional Evaluation Factor for Consideration of Past Performance Navy Red/Yellow/Green Program, 252.211-7003 Item Identification and Valuation. The following FAR and DFARS clauses cited in Clause 252.212-7001 are applicable to this acquisition: 52.203-3 Gratuities, 52.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Alternate III, Transportation of Supplies by Sea. Quotes/Offers are due no later than September 7, 2005, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. Commercial Simplified Procedur! es shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, (3) submit manufacturer information of proposed items and (4) ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). Any questions should be submitted in writing via the fax number provided above or e-mailed to alagbats@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer non-respons! ive and result in rejection of the same. Note 1 applies.
 
Web Link
NUWC Keyport Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00880909-W 20050828/050826213155 (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.