Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
MODIFICATION

70 -- EMC SAN Storage Equipment

Notice Date
1/23/2007
 
Notice Type
Modification
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-6299-3078
 
Point of Contact
Karen Ghani, Contract Specialist, Phone 717-770-5951, Fax 717-770-7591,
 
E-Mail Address
karen.ghani@dla.mil
 
Description
THIS SOLICITATION HAS BEEN CANCELLED IN ITS ENTIRETY. 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. This solicitation is issued as a request for quote, solicitation number SP3100-6299-3078. The Defense Distribution Center located in New Cumberland, PA has a requirement for EMC SAN equipment for the Defense Distribution Center Oklahoma City (DDOO), the Defense Distribution Center Warner Robins (DDWG), and the Defense Distribution Center San Joaquin (DDJC). This is an unrestricted procurement for vendors that can provide the brand name equipment. The NAICs code is 334111. This is a brand name acquisition due to compatibility and standardization. A written justification to limit sources has been executed in accordance with FAR 6.3. Additional information is available from the Contract Specialist POC. CLIN 0001 is for product number: CX3-20?Clariion SAN (Quantity Required: 2 each?one for DDOO and one for DDWG) each to include product number: CX3-20?CX3-20 SPE-Factory install (quantity required per product: 1 each), product number: RACK-40U-60?40U Common Rack-4 PDP (quantity required per product: 1 each), product number: CX-4PDAE-20?CX3-20 DAE OS (quantity required per product: 1 each), product number: CX-4G15-146?146 GB 15K 520BPS 4 GB 12V (quantity required per product: 15 each), product number: FC 10M-50MLC?FCHNL 10M 50/125 LC-LC (quantity required per product: 4 each), product number: PW40U-60-US?Rack 40U-60 PWR Cord US (quantity required per product: 1 each), product number: NAV-WGKIT?NAVI Workgroup Media (quantity required per product: 1 each), product number: NAVAGT-VMWKIT?NAVI Agent VMWare Media (quantity required per product: 2 each), product number: CX32-KIT?CX3-20 Docs and RTU Kit (quantity required per product: 1 each), product number: C-MODEM-US?Clariion Service Modem-US (quantity required per product: 1 each), product number: NAV32-WG?NAVI MGR CX3-20 WKGRP LIC (quantity required per product: 1 each), product number: CESUBCUS-01?TRN CUS SUB VAL 1YR DATE INV (quantity per product: 1 each), product number: CLHW-WAR24PRM?CL 24 PRM HW WARU 7x24 4HR (quantity required per product: 1 each), product number: CLARSFTPP?Pre-Paid CLAR SFT (quantity required per product: 1 each), and product number: /C?36 Months HW Maintenance (quantity required per product: 1 each). This is a firm fixed price line item. CLIN 0002 is for product number: CX-2 PDAE-FD?CX DAE FC 2GB Expansion (quantity required: 1 each for DDJC) to include product number: CX-2G10-146U?FC 146GB 10K 520B 2 GB UPG (quantity required: 15 each). This is a firm fixed price line item. CLIN 0003 is for professional services to configure the SAN solutions at DDOO and DDWG. SAN solutions will need to direct connect to (2) ESX VMware servers through Fiber connections. Vendor will also need to provide some knowledge transfer on the configuration of the SAN to staff at each site. This is a firm fixed price line item. CLIN 0004 is for travel. This is a cost reimbursement line item. Offerors do not need to propose a cost for this CLIN. Travel costs will be charged to the government in accordance with the Joint Travel Regulations (JTR). Offerors shall provide a firm fixed unit price for each CLIN and the total amount, inclusive of shipping costs (FOB Destination). Equipment shall be shipped to the Defense Distribution Center Oklahoma City, Oklahoma (DDOO), the Defense Distribution Center Warner Robbins, Georgia (DDWG), and the Defense Distribution Center San Joaquin, California (DDJC). Note: Desired delivery schedule is 14 days ARO. Please note the delivery schedule on your quotation. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-14. 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, 52.222-39, 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 252.243-7002, DFARS 252.247-7023; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS; AND DLAD 52.247-901 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). 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 SP3100-6299-3078. Prices and representations/certifications are required NLT 12:00 PM EST on December 15, 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 (23-JAN-2007); 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/SP3100-6299-3078/listing.html)
 
Place of Performance
Address: DDWG, DDOO, and DDJC
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01217904-F 20070125/070123222640 (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.