Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
MODIFICATION

70 -- HP HARDWARE

Notice Date
1/19/2007
 
Notice Type
Modification
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-07-R-0062
 
Response Due
1/24/2007
 
Archive Date
2/23/2007
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN Charleston intends to award a commercial contract to an authorized distributor for Hewlett Packard Company (HP), 6406 Ivy Lane, Greenbelt MD 20770. 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. The Request for Proposal (RFP) number is N65236-07-R-0062. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is for the purchase of the following line items: CLIN 0001 - 35 ea - Modular San Array 1000; MFG P/N 201723-B22; CLIN 0002 - 35 ea - HP MSA 1000/1500 Controller 256 Cache All; MFG P/N 218231-B22; CLIN 0003 - 70 ea - MSA SAN Switch 2/8 Integrated Includes 4 transceivers; MFG P/N 288247-B21; CLIN 0004 - 68 ea - Host Bus Adapter 2GB for DS10; MFG P/N 261329-B21-R; CLIN 0005 - 68 ea - 5M LC-LC Fiber Channel Cable for DS10 to SAN Switch; MFG P/N 221692-B22; CLIN 0006 - 34 ea - 2M LC-LC Fiber Channel Cable for DS10 to SAN Switch; MFG P/N 221692-B21; CLIN 0007 - 504 ea - 72.8GB 15K Disk; MFG P/N 286778-B22; CLIN 0008 - 35 ea - DECserver 716 with Flash; MFG P/N DSRVWJCR; CLIN 0009 - 68 ea - 9-Pin to MP8 Adapter; MFG P/N H8585AA; CLIN 0010 - 102 ea - Straight Cable RJ45-7 Meters; MFG P/N BN25G07; CLIN 0011 - 35 ea - MSA Console Serial Cable; MFG P/N 316131001; CLIN 0012 - 32 ea - M Series Rail Kit; MFG P/N 313877B21; CLIN 0013 - 96 ea - M-Series Power Cord 110V USA; MFG P/N BN20Z4E; CLIN 0014 - 1 ea - Level 5 Rack Integration 232541-888; MFG P/N 325736888; CLIN 0015 - 1 ea - Compaq Rack Model 10622 22U Height on Shock Pallet; MFG P/N 245163B22; CLIN 0016 - 22 ea - Power Distribution Unit Low Voltage 110V/24A; MFG P/N 252663D71; CLIN 0017 - 2 ea - Fan Kit 110V; MFG P/N 257413B21; CLIN 0018 - 28 ea - HP Rack Shelf Sliding Graph Black; MFG P/N 234672B21; CLIN 0019 - 1 ea - HP StorageWorks MSA 30DB Storage Expansion Enclosure; MFG P/N 302970B21; CLIN 0020 - 2 ea - Host Bus Adapter 1GB for AS4100; MFG P/N 168794B21; CLIN 0021 - 2 ea - 15M SCI LC Fiber Channel Cable; MFG P/N 221691B23; CLIN 0022 - 1 ea - Rack 10636 36U Pallet; MFG P/N AF012A; CLIN 0023 - 2 ea - HP 10636 G2 Sidepanel Kit; MFG P/N AF056A; CLIN 0024 - 1 ea - 600MM Stabilizer Kit Graphite; MFG P/N 246107B21; CLIN 0025 - 2 ea - Rackmount Kit for TL891/892; MFG P/N 120882B21; Requirements: The networking equipment being purchased is for upgrading and expanding operational capabilities of Information Technology already in service in the Military Health System (MHS) and Medical Treatment Facilities (MTF's) worldwide. The Delivery requirement is 14 days after the date of contract award. Inspection/Acceptance: Government/Destination; Place of delivery: SPACE AND NAVAL WARFARE SYSTEMS CENTER, P. O. BOX 190022, NORTH CHARLESTON SC 29419-9022 ATTN: CODE 636BP Proposals that do not include prices for all requirements and that do not meet the general requirements will not be considered. Estimated contract award is 29 JAN 2006. The applicable NAICS Code is 423430. The following provisions and clauses apply to this acquisition: - 52.203-3, Gratuities - 52.203-6, Restriction on Subcontractor Sales to the Government - 52.212-1, Instructions to Offerors - 52.212-2, Evaluation Commercial Items - 52.212-3, Offeror Representation and Certifications-Commercial Items (Offerors must include a completed copy with offer) - 52.212-4, Contract Terms and Conditions-Commercial Items - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: -52.222-3, Convict Labor (June 2003)(E.O. 11755) -52.222-19, Child Labor???Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). -52.222-21, Prohibition of Segregated Facilities (Feb 1999). -52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). -52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). -52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). -52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans -52.225-13, Restrictions on Certain Foreign Purchases (Jan 2004) -52.232-33, Payment by Electronic Funds Transfer???Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) -52.247-34, FOB Destination -252.204-7004, Required Central Contractor Registration (NOV 2001) -252.209-7001, Disclosure of ownership or control by the government of a terrorist country -252.212-7000, Offeror Representations and Certifications-Commercial Items (Offerors must include a completed copy with offer) -252.211-7003, Item Identification and Valuation (Jun 2005) -252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (May 2002): -252.225-7001 Buy American Act and Balance of Payments Program -252.225-7012, Preference for certain domestic commodities -252.232-7003 Electronic Submission of Payment Requests -252.247-7023 Transportation of Supplies by Sea (Alt. III) -252.247-7024 Notification of transportation of supplies by sea L-349 SUBMISSION OF ELECTRONIC PROPOSALS (MAR 2001) (a) Offerors shall also submit their proposals electronically to SPAWAR under the instructions contained in this provision. Offerors shall submit their signed proposals as either scanned ("TIFF") or "PDF" documents. Electronic copies shall be submitted via the SPAWAR E-Commerce Central (SPAWAR E-CC). Offerors submitting electronic proposals (e-Proposals) shall register in the SPAWAR E-CC and select their own password in order to submit a proposal. Offerors are required to read the "Submitting a Proposal?" web page found in the SPAWAR E-CC. For information about "e-Proposal" submission, please visit the SPAWAR E-CC. The URL for the SPAWAR E-Commerce Central is https://e- commerce.spawar.navy.mil. (b) Each electronic file shall also be clearly marked to show the proposal volume number, solicitation number and offeror's name. E-Proposal files shall not contain classified data. The offeror's e-proposal shall be in accordance with the requirements set forth below: (1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" files. (2) The proposal submission files may be compressed (zipped) into one, self- extracting file entitled "PROPOSAL.EXE" using WinZip version 6.3 or greater. (c) Bids and proposals submitted electronically will be considered "late" unless the bidder or offeror completes the entire transmission of the bid or proposal prior to the due date and time for receipt of bids or proposals. This paragraph (c) supplements the submission, modification and withdrawal of bids and proposals coverage in the FAR 52.212-1 "Instructions to Offerors--Commercial Items", FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids", FAR 52.214-23 "Late Submissions, Modifications, Revisions, and Withdrawals of Technical Proposals under Two-Step Sealed Bidding", or the FAR 52.215-1 "Instructions to Offerors--Competitive Acquisition" provision contained in the solicitation. Reference clauses may be accessed electronically at: http://farsite.hill.af.mil, www.arnet.gov.mil The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is D0A7. Electronic proposals/offers are due no later than 24 January 2007 Noon, (Eastern). Any offer received after this date and time will not be considered. G-317 WAWF INVOICING INSTRUCTIONS (FIXED PRICE CONTRACTS) (VAR 2) (a) "Invoice" as used in this clause does not include contractor's requests for progress payments. (b) The contractor will electronically submit its invoices using the Wide Area Workflow (WAWF) web site located at https://wawf.eb.mil. Please use the WAWF grid (to be provided in the contract) to assist you in entering mandatory data into WAWF. Information listed below in paragraph (c) should be submitted/uploaded as attachments to the invoice. (c) The use of copies of the Material Inspection and Receiving Report (MIRR), DD Form 250, as an invoice, is encouraged. DFARS Appendix F-306 provides instructions for such use. Copies of the MIRR used as an invoice are in addition to the standard distribution stated in DFARS F-401. (d) In addition to the requirements of the Prompt Payment clause of this contract, the contractor shall cite on each invoice the contract line item number (CLIN); the contract subline item number (SLIN), if applicable; the accounting classification reference number (ACRN) as identified on the financial accounting data sheets, and the payment terms. (e) The contractor shall prepare: a separate invoice for each activity designated to receive the supplies or services. a consolidated invoice covering all shipments delivered under an individual order. * either of the above. (f) If acceptance is at origin or destination, acceptance verification will be made via the WAWF web site. Questions must be submitted electronically to: email: don.bickford@navy.mil, or call Don Bickford at 843-218-5949 for further information. Reference Note number 22
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=06B4EC8C65AEFEDB8825726600425196&editflag=0)
 
Record
SN01215710-W 20070121/070119230001 (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.