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 -- Servers

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N62793 4101 Washington Avenue Bldg. 2 Newport News, VA
 
ZIP Code
00000
 
Solicitation Number
N6279305T0004
 
Response Due
9/21/2005
 
Archive Date
10/21/2005
 
Description
Solicitation Number N62793-05-T-0004 is hereby released as a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 12.3 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-05 , effective 29 July 2005, and Defense Federal Acquisition Regulations Supplement Change Notice 20050222. Quotes are hereby requested and a written solicitation will not be issued. Supervisor of Shipbuilding Information Systems Division, Newport News, VA, has a requirement for IT Software in support of Information Technology programs and related systems engineering efforts, and intends to award a Firm-Fixed Price contract for commercial items utilizing Full and Open Competition Procedures. The contract line item numbers (CLINs) and descriptions for this procurement are: CLIN 0001 364636-405 Configurable HP ProLiant DL580 G3 Rack Server Qty 1 CLIN 0002 348110-L22 1st Intel Xeon 3.00GHz/8M Processor Qty 1 CLIN 0003 348110-B21 2nd Intel Xeon 3.00GHz/8M Processor Qty 1 CLIN 0004 348110-B21 3rd Intel Xeon 3.00GHz/8M Processor Qty 1 CLIN 0005 348110-B21 4th Intel Xeon 3.00GHz/8M Processor Qty 1 CLIN 0006 343056-B21 2GB REG PC2-3200 (2X1GB Memory) Qty 3 (6GB per server, requires memory expansion board) CLIN 0007 364639-B21 Memory Expansion Board Qty 1 CLIN 0008 339773-B21 Online Spare Memory (applies to all boards) Qty 1 CLIN 0009 Integrated Ultra320 Smart Array 6i Controller Qty 1 CLIN 0010 268351-B21 64-Bit/133MHz Dual Channel Ultra320 SCSI Adapter Qty 1 CLIN 0011 286778-B22 1st HP 72.8GB Pluggable U320 SCSI 15K rpm Drive Qty 1 CLIN 0012 286778-B22 2nd HP 72.8GB Pluggable U320 SCSI 15K rpm Drive Qty 1 CLIN 0013 286778-B22 3rd HP 72.8GB Pluggable U320 SCSI 15K rpm Drive Qty 1 CLIN 0014 286778-B22 4th HP 72.8GB Pluggable U320 SCSI 15K rpm Drive Qty 1 CLIN 0015 Embedded NC7782 Dual Port PCI-X Gigabit Server Adapter Qty 1 CLIN 0016 Integrated 910/1300W Power Supply Qty 1 CLIN 0017 348114-001 910/1300W HP Redundant Power Supply (NEMA) Qty 1 CLIN 0018 390164-B21 1.44MB Floppy Disk Drive Qty 1 CLIN 0019 264007-B21 SlimLine DVD-ROM Drive (8x/24x) Option Kit Qty 1 CLIN 0020 Included SmartStart & Insight Manager Qty 1 CLIN 0021 Included Warranty - 3 Year Next Business Day Onsite Qty 1 CLIN 0022 371293-405 Configurable HP ProLiant DL380 G4 Rack Server Qty 1 CLIN 0023 311583-L22 1st Intel Xeon 3.40GHz/1MB Processor Qty 1 CLIN 0024 311583-B21 2nd Intel Xeon 3.40GHz/1MB Processor Qty 1 CLIN 0025 343056-B21 2GB REG PC2-3200 (2X1GB) Memory Qty 1 CLIN 0026 339773-B21 Online Spare Memory (requires min. of 2 DIMM Kits) Qty 1 CLIN 0027 Integrated Integrated Smart Array 6i Controller Qty 1 CLIN 0028 346914-B21 HP ProLiant BBWCE for SA6i Qty 1 CLIN 0029 Integrated Hot Plug Drive Cage-Ultra3 (5X1" and 1X1.6") Qty 1 CLIN 0030 339780-B21 RAID 5 Drive Set with Online Spare Qty 1 CLIN 0031 286778-B22 1st HP 36.4GB Pluggable U320 SCSI 15K rpm Drive Qty 1 CLIN 0032 286778-B22 2nd HP 36.4GB Pluggable U320 SCSI 15K rpm Drive Qty 1 CLIN 0033 286778-B22 3rd HP 36.4GB Pluggable U320 SCSI 15K rpm Drive Qty 1 CLIN 0034 286778-B22 4th HP 36.4GB Pluggable U320 SCSI 15K rpm Drive Qty 1 CLIN 0035 355892-001 Hot Plug Redundant Power Supply Module (NEMA) Qty 1 CLIN 0036 293048-B21 HP Redundant Fan Option Kit (3 fans) Qty 1 CLIN 0037 Embedded Embedded NC7782 Dual-Port Gigabit Qty 1 CLIN 0038 364507-B21 1.44MB Floppy Disk Drive Qty 1 CLIN 0039 338732-B21 Slimline 24X CD-ROM Qty 1 CLIN 0040 Integrated Integrated Lights Out Remote Management Qty 1 CLIN 0041 Included Warranty - 3 Year Next Business Day Onsite Qty 1 CLIN 0042 P73-00178-GT MS Windows Server Std 2003 English MVL Qty 12 CLIN 0043 395-02873-GT Exchange Svr Ent 2003 English MVL Qty 1 CLIN 0044 395-03025 Exchange Svr Ent 2003 English CD MVL Qty 1 CLIN 0045 2N-SEWPZ-01 SEWP III (NAS5-01139) Surcharge (0.65%) Qty 1 The Government shall have full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2005) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The North American Industry Classification Systems (NAICS) code for this requirement is 423430, ?Computer and Computer Peripheral Equipment and Software Merchant Wholesalers? with a size standard of 100 employees. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose offer conforms to the solicitation and is considered to be most advantageous to the Government. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ?COMMERCIAL ITEMS (MAR 2005), is incorporated by reference and applies to this acquisition. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003), is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999). FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2005) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comp ly with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). DFARS 252.212-7001 CONTRAC T TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2005), is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7007, Buy American Act?Trade Agreements--Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (2) 252.225-7012 Preference for Certain Domestic Commodities, and (3) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (NOV 2003) applies to this solicitation. Information is due to Joyce Williams,Code 710, Supervisor of Shipbuilding,Newport News, Va 23607 by 3:30 P.M. EST, 21 September 2005. The DPAS rating for this solicitation is N/A. The Government will not pay for any information received and reserves the right to process the procurement based upon the responses received. For information regarding this proposed procurement action, contact Joyce Williams Code 710, Telephone 757-3800-4423 or via e-mail williamsjs@supship.navy.mil. If an offeror is not able to contact the point-of-contact (POC), above please fax correspondence/ requests to the Contracting Office care of the POC @ facsimile 757-380-7399
 
Record
SN00895326-W 20050916/050914212811 (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.