Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
SOLICITATION NOTICE

70 -- CD/DVD Burner Drive; Hard Disk Drive; Storage Disk

Notice Date
4/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060406T0450
 
Response Due
5/3/2006
 
Archive Date
5/5/2006
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, using the provisions of FAR Part 12 ? Commercial Item and FAR 13.5 ? Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. N00604-06-T-0450 is being issued as a Request For Quotations (RFQ), for a Firm-Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-09 and DFARS Change Notice 20060412. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses. The provisions and clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. This procurement is 100% set-aside for small business concerns. The NAICS code is 334112, and the small business size standard is 1,000 employees. The FSC Code is 7025. The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii intends on awarding a single, firm-fixed price contract for the Pacific Missile Range Facility (PMRF) on the island of Kauai, Hawaii, and requests responses from qualified sources capable of providing the following: ITEM 0001: INTERNAL CD/DVD BURNER DRIVE WITH THE FOLLOWING EQUIPMENT SPECIFICATIONS - Model: NEC ND-3540A or equal; Burner Type: DVD+/-RW Dual Layer; Enclosure Type: Internal; Interface: IDE / EIDE; Read Speed: 48X(CD), 16X(DVD); Write Speed: 48X(CD), 16X(DVD+R), 16X(DVD-R), 8X(DVD+R DL); Rewrite Speed: 32X(CD-RW), 8X(DVD+RW), 6X(DVD-RW); Quantity: 3 each. ITEM 0002: EXTERNAL CD/DVD BURNER DRIVE WITH THE FOLLOWING EQUIPMENT SPECIFICATIONS - Model: Sony DRX-810UL or equal; Burner Type: DVD+/-RW Dual Layer; Enclosure Type: External; Interface: IEEE 1394 FIREWAIRE, USB 2.0; Read Speed: 48X(CD), 16X(DVD); Write Speed: 48X(CD), 16X(DVD+R), 16X(DVD-R), 8X(DVD+R DL); Rewrite Speed: 32X(CD-RW), 8X(DVD+RW), 6X(DVD-RW); Quantity: 3 each. ITEM 0003: HARD DISK DRIVE (180GB) WITH THE FOLLOWING EQUIPMENT SPECIFICATIONS - Model: ST1181677LC (BARRACUDA 180) or equal; Capacity: 181.55 GB; Drive Speed: 7200 RPM; Seek Time: 7.4 MS; Interface: Ultra-SCSI Wide; Quantity: 2 each. ITEM 0004: RAID STORAGE DISK WITH THE FOLLOWING EQUIPMENT SPECIFICATIONS - Model: RS8-R2000 or equal; Description: Open NAS with 8 Bay NAS Rackmount System, With 8X250 GB S-ATA Drives Installed with Hotspare, Raid5 Protected OS, Dual CPU Motherboard, at least 2.6 GHz Eon Processors, 1 GB ECC Ram Installed, Two (2) Copper Network Connections 10/100/1000, Supports NFS/SAMBA/NETATALK, Integral CD-Rom DRV, Floppy DRV, SCSI Port, USB Port, Dual Redundant 300W Hot-Swappable Power Supplies, Build-In LCD Console and Keypad, Raidzone OPNNAS LINUX Installed (2.6 KERNEL); Quantity: 2 each. The following provisions and clauses are applicable to this procurement by reference: FAR 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-4 Contract Terms and Conditions?Commercial Items; FAR 52.215-5 Facsimile Proposals; DFARS 252.225-7000 Buy American Act?Balance of Payments Program Certificate. The following provisions and clauses are incorporated by full text: FAR 52.204-7, Central Contractor Registration; FAR 52.212-2, Evaluation--Commercial Items with the following factors used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, includes the following clauses incorporated by reference: FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S. C. 793), FAR 52.232-36 Payment by Third Party (May 1999) (31 U.S.C. 3332); DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, includes the following clause incorporated by reference: DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a- 10d, E.O. 10582). It is the responsibility of the contractor to be familiar with applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.arnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Additional contract terms and conditions applicable to this procurement are included in full text in the accompanying electronic attachment to this SYNOPSIS/SOLICITATION. These include Local Clause G3 Representative of the Contractor; Local Clause G4 Note to the Payment Office ? Address of Payee; Local Clause G7 Payment by Government Purchase Card; Local Clause L003 Unit Prices; and Local Clause L331 Review of Agency Protest. All qualified, responsible sources may submit a quote in response to this solicitation/synopsis, which shall be considered by the agency. A completed copy of FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items must accompany the quote. 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/. All quotes shall include price(s), FOB Destination to PMRF, Kauai, Hawaii 96752-0128, delivery lead time to destination, payment terms, a point of contact, name and phone number. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. If pricing is on an ?or equal? brand, please provide a copy of the specifications as well as the make and model of the item being priced. This announcement will close at 4:00 p.m., Hawaii S tandard Time, on May 3, 2006. Quotes may be faxed to (808) 473-5750, e-mailed to marisha.k.catian@navy.mil, or mailed to: Commanding Officer, Fleet and Industrial Supply Center, Regional Contracting Department, Code 201.MC, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-5033. It is the offeror?s responsibility to ensure quotes are submitted by the date and time specified above. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
 
Record
SN01036750-W 20060429/060427221241 (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.