Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

70 -- IT Virtual Library

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, VA, 23704-2199
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-06-Q-GC090
 
Response Due
4/22/2006
 
Archive Date
5/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. HSCG27-05-Q- 3GC090 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-08. The applicable NAICS number is 423430 and the small business size standard is 100. This is Total Small Business Set Aside procurement. The FOB Destination delivery is to: Commander (t), Attn: Rick Koch, USCG MLCA, 300 E Main St, Ste 500, Norfolk, VA 23510-9103, on or before: May 15, 2006. Offers are due at: Commanding Officer (fp), USCG ISC Portsmouth, 4000 Coast Guard Blvd, Portsmouth, VA 23703-2199, by the Close of Business on April 23, 2006. Questions may be directed to Dale Kendrick, telephone 757-483-8541. The USCG ISC Portsmouth has a requirement to purchase the following Cybernetics equipment: (1) CBS-CY-HSTC-1216 Virtual D2D2T appliance with 16 bay SATA Raid module, 10 virtual tape drives, 200 virtual tapes, 1 virtual tape library, two 100/1000 Base-T iSCSI Ethernet ports, 3 LVD SCSI ports, archive library support for up to 2 drives/20 slots with two year warranty. 01 each. (2) CBS-CY-RDA-S216, SCSI-SATA II Raid controller with 128MB RAM, 3U rack mount or tower enclosure, 16 hot-swappable drive canisters, 3 hot-swappable power supplies with component level exchange service. 01 each. (3) CBS-CY-RDA-SS5500, 500GB SATA disk, ST3500641AS, 7200 RPM, 16MB cache. 32 each. (4) CBS-UK-HSTC-VLIB, add-on virtual tape library. 03 each. (5) QLO-WLA-4010C-CK, QLogic IP storage adapter with RJ45 connectors for Sun Solaris and/or Backup Exec applications. 02 each. (6) CBS-CY-INS, professional installation by Cybernetics trained personnel. 01 each. Company?s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is not incorporated. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated : 52.219-1 Small Business Program Representations (Apr 2002); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns (May 2004)(15 U.S.C 637(d) (2) and (3); 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1 Buy American Act Supplies (Jun 2003) (41 U. S. C. 10a-d); 52.225-3 Buy American Act ? Free Trade Agreemens ? Israeli Trade Act (Jan 2004) (41 U. S. C. 10a-d, 19 U. S. C. 2112); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003) (E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (21 U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Place of Performance
Address: Commander (t), USCG MLCA, 300 E Main St, Ste 500, Norfolk, VA
Zip Code: 23510
Country: USA
 
Record
SN01021951-W 20060408/060406220430 (fbodaily.com)
 
Source
FedBizOpps 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.