Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

70 -- Infrastructure Critical Asset Viewer equipment

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-06-R-00062
 
Response Due
9/4/2006
 
Archive Date
9/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this effort is HSHQDC-06-R-00062. This requirement is issued as a Request for Proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. This acquisition is a Small Business Set-Aside. The type of contract is a firm fixed price. The associated North American Industry Classification System Code (NAICS) is 334112 (Computer Storage Device Manufacturing) with a 1,000 employee size standard. The Department intends to procure Storage Area Network (SAN) equipment for the Infrastructure Critical Asset Viewer (ICAV). The equipment is as follows: CLIN 0001AA, 16GB M5 CACHE DIR UPG, 2 each, Product ID DMX-M5-16384U, Unit Price, and Total Price; CLIN 0001AB, 32GB M5 CACHE DIR UPG, 3 each, Product ID DMX-M5-32768U, Unit Price and Total Price; CLIN 0001AC, DMX-2 FC DIR 8MM UPG, 2 each, Product ID DMX2-FC8M0SU, Unit Price and Total Price ; CLIN 0001AD, DMX2000 SOUND MUFFLER, 1 each, Product ID DMX-SILENCERE2, Unit Price and Total Price; CLIN 0001AE, SAN MAN 1TB (26-40TB), 30 each, Product ID CC-SM-C03, Unit Price and Total Price; CLIN 0001AF, SYMM MGR 1TB (26-40TB), 30 each, Product ID CC-SYMRG-C03, Unit Price and Total Price; CLIN 0001AG, SAN MAN BASE UPGRADE, 1 each, Product ID CC-SM-UPG, Unit Price and Total Price; CLIN 0001AH, SYMM MGR BASE UPGRADE, 1 each, Product ID CC-SYMGR-UPG, Unit Price and Total Price; CLIN 0001AI, STS BASE LICENSE, 1 each, Product ID CC-STS-BASE, Unit Price and Total Price; CLIN 0001AJ, STS 1 TB (26-40TB), 41 each, Product ID CC-STS-CO3, Unit Price and Total Price; CLIN 0001AK, PRODUCT BASED SERVICES, 1 each, Product ID PS-CUS-PRDSVC, Unit Price and Total Price; CLIN 0001AL, SC12K LTO3 NAT FIB DR, 13 each, Product ID 9-00737-02, Unit Price and Total Price; CLIN 0001AM, 30M MM Cbl 62.5mic LC-LC, 14each, Product ID CBL-FCL-30M-6, Unit Price and Total Price; CLIN 0001AN, SCALAR I2000 2N POWER UPG, 2 each, Product ID SC12K-2N-PWR, Unit Price and Total Price; CLIN 0001AO, SCALAR I2000- 16 PARTITNS, 1 each, Product ID SC12K-16PRT, Unit Price and Total Price; CLIN 0001AP, SCALAR UPG INSTALL/PS, 1 each, Product ID SC-UPG-INST, Unit Price and Total Price; CLIN 0001AQ, MNT FC DRV GOLD 1YR, 13 each, Product ID M-FCDR-GO1, Unit Price and Total Price; CLIN 0001AR, LTO3 TAPE CART 5 PCK, 80 each, Product ID 1-01835-02, Unit Price and Total Price; CLIN 0001AS, LTO Cleaning Cartridge, 13 each, Product ID L2-CLN-CART, Unit Price and Total Price; CLIN 0001AT, LEGATO SW MISC, 1 each, Product ID LEGATO-SW, Unit Price and Total Price; CLIN 0001AU, BC SOLUTIONS, 1 each, Product ID PS-CUS-BCSLNS, Unit Price and Total Price; CLIN 0001AV, TRN CUS SUB VAL 1 YR DATE INV, 1 each, Product ID CESUBCUS-01, Unit Price and Total Price; Delivery of equipment is 15 days after receipt of award to be ship to NCCIPS Data Center Loading Dock, Cypress Loop Road, Building 9323, Stennis Space Center, Mississippi, 39529. The Government will award a contract resulting from this solicitation to the lowest price, responsive, responsible offeror who is technically acceptable. Offerors are advised the following Federal Acquisition Regulation (FAR) clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items: (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition are 334112 (Computer Storage Device Manufacturing). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 1000 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers should include the following: (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) Provide the unit price and total price for each of the CLINS identified above; (5) Demonstrated commitment to meet the delivery schedule; (6) Terms of any express warranty; (7) Price and any discount terms; (8) ?Remit to? address, if different than mailing address; (9) A completed copy of the representations and certifications at FAR 52.212-3, downloaded from web site http://orca.bpn.gov; (10) Acknowledgment of Solicitation Amendments (if applicable); (11). Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitations. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitations may be excluded from consideration. c. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in the solicitation. d. Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and? (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government?s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. e. Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. f. Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $25,000, and offers of $25,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? or ?DUNS+4? followed by the DUNS or DUNS+4 number that identifies the offeror?s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. g. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. h. Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency?s evaluation of the significant weak or deficient factors in the debriefed offeror?s offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 52.212-3, Offeror Representation and Certifications Commercial Items. 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders Commercial Items. The contractor shall comply with the following FAR clauses, which are incorporated in contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.219-6, Notice of Total Small Business Set Aside; (2) 52.222-3, Convict Labor; (3) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (4) 52.222-21, Prohibition of Segregated Facilities; (5) 52.222- 26, Equal Opportunity; (6) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (7) 52.222-36, Affirmative Action for Workers with Disabilities; (8) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (9) 52.225-3, Buy American Act Supplies; (10) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; (11) 52.247- 34, FOB Destination. The contractor?s must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. The contractor can register in the CCR at www.ccr.gov. Offers are due by 11:00 am on Monday September 4, 2006. Offers may be emailed to Mary.Caldwell@dhs.gov,
 
Place of Performance
Address: NCCIPS Data Center Loading Dock, Cypress Loop Road, Building 9323, Stennis Space Center, Mississippi
Zip Code: 39529
Country: UNITED STATES
 
Record
SN01123123-W 20060825/060823220437 (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.