Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

70 -- Sun Microsystems computer components

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-05-T-0156
 
Response Due
9/21/2005
 
Archive Date
10/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
SAMPLE COMBINED/SYNOPSIS SOLICITATIONS 1. This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-05-T-0156, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05, 26 Aug 05. The North American Industrial Classification System (NAICS) number is 423430 and the business size standard is 100 Employees. This is 100% small business set-aside. This is a Name Brand acquisition, any company wishing to quote on this acquisition must be a certified SUN Micorsystems reseller, and have documentation to prove resale agreement if asked for. All requested components must be SUN Microsystems brand. No refurbished components will be allowed. Quotes need to include pricing for every item or will be considered non-responsive. 2. LINE ITEM 0001 qty 1 A42-XHB4C2-08HD Sun Fire V440 Server, 4* 1.59GHz UltraSPARC IIIi processors with 1 MB cache each, 8GB memory (16 * 512MB DIMMS), 4 * 73GB 10Krpm Ultra320 SCSI Disks, DVD-ROM, 2 Power supplies, Solaris 10 + Java Enterprise System Software pre-installed (standard configuration) $_______ 0002 qty 4 X311L Power cord kit $_______ 0003 qty 1 X3770A XVR-100 Graphics Adapter $_______ 0004 qty 1 X3531A Type 6 country kits for U.S./ Universal/ Canada with USB interface $________ 0005 qty 1 X7147A 17-inch Flat Display CRT monitor, 16: diagonal viewable area, .24mm dot pitch, 1280X1024 @ 75/76Hz, captive video cable with HD 15-pin connector, Universal Power Supply, DDC1/2B, VESA DPMS, TCO?99, WW agency compliance, standard version $________ 0006 qty 1 SG-XPCI2SCSI-LM320 6 Sun StorEdge PCI Dual Channel Ultra320 differential SCSI Host bus adapter $_________ 0007 qty 1 XTA3310R01A1R876 Sun StorEdge 3310 SCSI Array Rack Ready, 876-GB (12 x 73 Gbyte 10K RPM disks) w/1 Ultra 160 SCSI HW Raid controller, 512MB std cache, and 2 AC power supplies. Sun SatorEdge Configuration Service. $________ 0008 qty 1 EBA9S-301-E9M9 EMS Base Applications, Media and Documentation; includes: Sun Storage Automated Diagnostic Environment 2.4 Sun SAN Foundation Software 4.4.5, Storage Portlets $_______ 0009 qty 1 SG-XTAPDAT72-R Sun StorEdge ? DAT 72 tape drive in 1U rackmount config with empty 2nd drive bay-36GB capacity, 3 MB/sec throughput $_______ 0010 qty 1 X1138A Cable, SCSI, VHDCI/VHDCI, 2m $_________ 0011 qty 1 X1139A Cable, Ultra SCSI, SCSI-3/SCSI-3 2.0m $_______ 3. The following Federal Acquisition Regulations (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein: FAR 52.212-1, Instructions to Offerors-Commercial Items, addenda applies: Contractor shall submit their quote on company letterhead, provide solicitation number, name, address and telephone number of the offeror, unit pricing and an over all total price, cage code, DUNS number, size of business, warranted information and a statement that the provision at FAR 52.212-3 has been completed electronically on line at http://orca.bpn.gov/publicsearch.aspx, and copy DFARS 252.225-7000 filled in, and any acknowledgement of solicitation amendments. 4. The provisions at FAR 52.212-2, Evaluation?Commercial Items apply to this acquisition . The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. 5. The provision at 52.212-3 shall be completed electronically on line at http://orca.bpn.gov/publicsearch.aspx, and DFARS 252.225-7000 with its quote. The following clauses apply to this acquisition. The clause 52.212-4, Contract Terms and Conditions ? Commercial Items with the following addenda applies to this solicitation FAR 52.242-15, Stop-Work Order, FAR 52.211-6 Brand Name or Equal (Aug 1999) DFARS 252.204-7004 Alt A (NOV 2003), Required Central Contractor Registration Alternate A (Nov 2003), DFARS 252.225-7031, Secondary Arab Boycott of Israel (APR 2003), and USAFA 5352.242-9500, Contractor Access to Air Force Installations (MAY 2003). 6. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) (2) 5, 14, 15, 16, 17, 18, 19, 20, 26, 27, and 31. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) and 252.232-7003, Electronic Submission of Payment Requets (Jan 2004). 7. Quotes must be received NLT Noon Mountain Daylight Savings Time, 21 September 2005 at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes may be faxed to the attention of Colleen Checketts, 719-333-9103 or e-mailed to colleen.checketts@usafa.af.mil. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated
 
Place of Performance
Address: United States Air Force Academy
Zip Code: 80840
Country: USA
 
Record
SN00895084-W 20050916/050914212349 (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.