Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

70 -- QLogic QLA Host Bus Adapter OR Equal

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-05-Q-D527
 
Response Due
9/9/2005
 
Archive Date
9/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00140-05-Q-D527. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-05 and DFARS Change Notice 20050726. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 334111 and the Small Business Standard is 1,000 employees. This is a 100% Small Business Set-Aside. The Fleet and Industrial Supply Center (FISC) Norfolk, Philadelphia Division requests responses from qualified sources capable of providing: CLIN 0001 (50 each) ? QLogic QLA2340 Host Bus Adapter OR Equal. Salient characteristics are as follows: (SPEED) 64-bit, 133-MHz PCI-X; 200-MBps maximum at half-duplex, 400 MBps maximum at full-duplex fiber channel; (CARD INFO) single port; multimode (mm) optic medium; short wave laser; Low-profile MD2 form factor, 16.93 cmx5.15cm (6.7? x 2.5?); standard bracket size; LC-style connector that supports non-OFC, multimode fibre optic cabling using a small form factor optical transceiver module; (FIBRE CHANNEL INFO) SCSI-3 Fibre Channel Protocol (SCSI-FCP), Fibre Channel-Arbitrated Loop-2 (FC-AL-2), Fibre Channel-Private Loop Direct Attach Technical Report (FC-PLDA), RFC 2625 IP and APR; Over Fibre Channel, Fibre Channel Framing and Signaling (FC-FS); Topology: FC-AL, FC-AL-2, point-to-point, switched fabric (FL_Port and F_Port); Class of service: Class 3 Fibre Channel service; Protocol: SCSI-FCP, IP, FC-TAPE; Buffer credits: for 512-byte frame size, 9 credits issued. For 2K-byte frame size, 3 credits issued; (DISTANCE FOR 2-GBPS COMMUNICATION) 300 meters 50/125 um fiber, or 150 meters 62.5/125 um fiber; and (CABLE SPECS) 50/125 um multimode fiber, or 62.5/125 um multimode fiber. Delivery is to be made F.O.B. Destination within 30 days after date of order to the U.S. Joint Forces Command in Virginia. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.211-6 Brand Name or Equal; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3 and FAR 52.232-33. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.225-7036, DFARS 252.227-7015, DFARS 252.227-7037 and DFARS 252.232-7003. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. Quoters must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Further, quoters are required to go on-line to the Business Partner Network at http://orca.bpn.gov to complete their Online Representations and Certifications Application (ORCA) prior to submittal of a quotation. This announcement will close at 4:00 PM EST on 9 September 2005. Oral communications are not acceptable in response to this notice. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, CAGE Code, Tax ID number and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. If a quoter is NOT providing the brand name product, information shall be submitted with the quote response sufficient for the Government to determine the acceptability of the product quoted. Award will be made on the basis of the lowest evaluated price providing a brand name or acceptable equal product as determined in accordance with the salient characteristics stated. Quotes may be submitted by mail to the attention of Ms. Regina Magee at FISC Norfolk, Philadelphia Division, 700 Robbins Avenue, Building 2B, Philadelphia, PA 19111 or by e-mail to regina.magee@navy.mil. Facsimile responses will not be accepted. Responses through FEDBIZOPPS or NECO will not be accepted. Ms. Magee can be reached at 215-697-9633. All responsible sources may submit a quote which shall be considered by the agency.
 
Record
SN00886230-W 20050904/050902212512 (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.