Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

D -- Network Attached Storage solution

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
Reference-Number-DJCPR55589
 
Response Due
6/9/2006
 
Archive Date
6/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, in conjunction with FAR Subpart 13.5, and as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The reference number is DJCPR55589 and is issued as a request for quotation (RFQ). The provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-08 and Defense Federal Acquisition Regulations Supplement (DFARS) DCN current to 20060223. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 334111 with an associated small business size standard of 1000 employees. This requirement is set-aside for small business. Offerors must be registered on Contractor Central Registration (CCR). This acquisition is firm-fixed-price and solicited on a Brand Name or Equal basis in accordance with FAR 6.302-1. New equipment ONLY, NO remanufactured products, and NO ?grey? market items will be accepted. Offerors must include a statement with their quote indicating that their offer contains only new equipment, no remanufactured product, and no ?grey? market items. Quotes must also address whether each contract line item number (CLIN) price proposed by the offeror is based upon open market pricing, or use of an existing vehicles pricing such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, etc. If individual CLIN pricing is on an other than open market basis, offerors should also include the contract number on which pricing is based as part of their quote for each CLIN. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. Award will be made to the lowest responsive, responsible offeror. DISA requires the following items: Network Attached Storage (NAS). Two (2) each network attached storage systems with the capabilities listed below. Each NAS must be minimally configured with 2 controller head units, 6 terabytes of Fibre Channel based storage capacity, and 13.5 TB of SATA based storage as indicated under requirement no. 20 below. Any other product that is equal to the Network Appliance FAS 3020 may be offered, and if it meets these capabilities it will be considered. See attached specifications. If an item in the above listing of new equipment has been discontinued, or is end of life, offeror shall electronically contact Patrick MCFarlane at patrick.mcfarlane@disa.mil so RFQ posting can be amended to identify and require an equal or better replacement for the item. Provisions and clauses applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors shall request a copy from the contract specialist: 52.204-9000 Points of Contact and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Shipments are to be F.O.B. Destination. Items will be shipped to: ATTN: Ms. Wendy Grice, DISA/JSSC/C2ADP Facility, Room BE833, c/o Pentagon Remote Delivery Facility (RDF), 100 Washington Boulevard, (RT 27), Arlington, VA 22202. Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Delivery shall occur within thirty (30) days after receipt of order (ARO). Offerors may indicate that their response to FAR 52.212-3 Offeror Representations and Certifications-Commercial Items has been loaded on http://orca.bpn.gov. Responses shall be submitted electronically to patrick.mcfarlane@disa.mil no later than 2:00 pm (Eastern Standard Time) 09 June 2006. Quotes must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement.
 
Place of Performance
Address: DISA/JSSC/C2ADP Facility, Room BE833, c/o Pentagon Remote Delivery Facility (RDF), 100 Washington Boulevard, (RT 27), Arlington, VA
Zip Code: 22202
Country: US
 
Record
SN01058812-W 20060601/060530220038 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.