Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
MODIFICATION

70 -- Servers

Notice Date
9/19/2006
 
Notice Type
Modification
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-Q-0016A
 
Response Due
9/22/2006
 
Point of Contact
Karen Ghani, Contract Specialist, Phone 717-770-5951, Fax 717-770-7591,
 
E-Mail Address
karen.ghani@dla.mil
 
Description
The purpose of this amendment is to clarify the definition of consulting services as specified in the support requirements. The definition is as follows: The government expects the Technical Account Manager (TAM) to become familiar with our environment, both hardware and software, so that they can better support the environment when we place support calls. We would also be looking to the TAM for trend analysis reporting on those calls and their consulting advice/proposed fixes on the trends. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3100-06-Q-0016A. The Defense Distribution Center located in New Cumberland, PA has a requirement for replacement servers for multiple Defense Distribution Centers located at both CONUS and OCONUS sites. POTENTIAL OFFERORS NEED TO CONTACT KAREN.GHANI@DLA.MIL TO OBTAIN A COPY OF THE CLIN STRUCTURE TO PROVIDE A QUOTATION FOR THIS COMBINED SYNOPSIS/SOLICITATION. Offerors shall provide the unit price for each CLIN and the total amount for each CLIN, inclusive of shipping costs (FOB Destination). Offerors should submit pricing in accordance with the CLIN structure. Offerors shall provide a total amount for all CLINs combined. Equipment shall be shipped to the locations listed above. Note: Desired delivery schedule is 30 days ARO. Please note the delivery schedule on your quotation. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-11. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-3, FAR 52.203-6 (ALT I), 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7012, DFARS 252.232-7003, DFARS 252.232-7010, DFARS 252.243-7002, DFARS 252.247-7023; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price who can meet our delivery. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to karen.ghani@dla.mil, Request for Quote Number SP3100-06-Q-0016. Prices and representations/certifications are required NLT 12:00 PM EST on September 22, 2006. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/SP3100-06-Q-0016A/listing.html)
 
Place of Performance
Address: Various CONUS and OCONUS Defense Distribution Centers
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01149085-F 20060921/060919224031 (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.