Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOLICITATION NOTICE

70 -- Sun Fire X4100 Server And Accessories

Notice Date
3/8/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS1, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107T0019
 
Response Due
3/14/2007
 
Archive Date
8/30/2007
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at https://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Surface Warfare Center Panama City (NSWC PC). 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ); the solicitation number is N61331-07-T-0019. The Naval Surface Warfare Center Panama City (NSWC PC) intends to purchas e, on a brand name sole source basis for all line items, the following SUN hardware equipment configured with SUN certified components and accessories. Any component that would void the SUN warranty is not acceptable. Offerors must be authorized/approved SUN resellers. In addition to SUN hardware, additional brand name items from other manufacturers are included as set forth below. This procurement will be issued using full and open competition in accordance with FAR 52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns. The following is being procured: CLINS 0001-0003, assembled SUN X4100 Servers, comprised of the following: CLIN 0001: 50 Each, Sun Microsystems Computer Corp. (Sun) Sun Fire X4100 x64 Server, PN: A64-PZB2-2H-8G-CB7: XATO base chassis for 2-disk-and-DVD system configuration including motherboard with 1 Power Supply Unit, redundant fans fully assembled with the following installed (NOT separately priced): a. DVD-ROM drive for Sun Fire X4100 and X4200 x64 servers. XATO and FACTORY INTEGRATION, b. 2 each AMD Opteron Model 280 (2.4Ghz/1MB) dual core processor for Sun Fire X4100 and X4200 x64 servers. XATO only, c. 4 each 2 GB Memory Kit DDR1-400 Registered ECC DIMMs (2x1GB) for Sun Fire X4100 and X4200 x64 servers. XATO and FACTORY INTEGRATION, d. 2 each 73GB 10K RPM 2.5 inch SAS hard disk drive. XATO and FACTORY INTEGRATION CLIN 0002: 60 Each, Sun Rack 900 Internal Power Cable 1.0M, PN: X9237A CLIN 0003: 50 Each, Sun Slide Rail Kit, PN: X8029A CLINS 0004-0007, assembled SUN V210 Servers, comprised of the following: CLIN 0004: 9 Each, Sun Fire V210 Rack-2X UltraSparc IIIi 1.34 GHX-RAM 2GB-HD 2X 73.4 GB - LAN EN, Fast EN, Gigabit EN-Solaris 10 - Monitor: None-1 U, PN: N31-XMB2C1204HB CLIN 0005: 18 Each, Sun Memory 1024MB (2X512 MB) DIMM 184-PIN-DDR 226 MHZ/PC2100- CL2-Registered ? ECC PN: X7603A for PN2: Sun V210 CLIN 0006: 9 Each, Sun Spare Rack Slider/Cable man kit for the Sun Fire V21O, V240 PN: 370-5707 CLIN 0007: 9 Each, Sun DVD-Rom Drive, Internal, PN: X7410A for PN2: Sun V210 CLINS 0008-0012, assembled SUN V240 Servers, comprised of the following: CLIN 0008: 2 Each, Sun Fire V240 Rack-2X UltraSparc IIIi 1.5 GHZ-RAM 2GB - HD 2X73.4 GB - LAN EN, Fast EN, Gigabit EN-Solaris 10 - Monitor: None - 2 U, PN: N32-XKB2C1204HB CLIN 0009: 4 Each, Sun Memory 1024MB (2X512 MB) DIMM 184-PIN-DDR 226 MHZ/PC2100- CL2-Registered ? ECC PN: X7603A For PN2: Sun V240 CLIN 0010: 2 Each, Sun Spare Rack Slider/Cable Man kit for the Sun Fire V21O, V240 PN: 370-5707 CLIN 0011: 2 Each, Sun DVD-Rom Drive, Internal, PN: X7410A for PN2 Sun V240 CLIN 0012: 2 Each, Sun XVR-100 Radeon Video Card, PN: X3770A for PN2 Sun V240 CLIN 0013: 4 Each, Dell Viewsonic Monitor PN: VP2130B CLIN 0014: 1 Each, Network Technologies Inc., 17 KVM Drawer in 1 RU, USB Interface, 1280X1024 Resolution, PN: RACKMUX-UW17 CLIN 0015: 50 Each, Red Hat Enterprise Linux ES Basic, PN: 9935-3105 CLIN 0016: 11 Each, Solaris 10 x 86 Media Kit, PN: SOLZ9-100C9A7M CLIN 0017: 11 Each, Windows 2003 Server Standard Edition, PN: P7301833 CLIN 0018: 11 Each, Windows Server Standard 2003 Disk Kit CD, PN: P73-01780 CLIN 0019: 4 Each, Adaptec Snap Server 520, 1RU with 2.O TB of SATAll storage (4X500GB hot swappable SATAll drives) scalable to 26 TBs with built in 500 GB of Virtual Tape Storage, PN: 2196200 CLIN 0020: 13 Each, Cisco Systems (CISCOPRO), Catalyst 3750 48 10/100 + 4 SFP Standard Multilayer Image-1, PN: WS-C3750G-48TS-E to include the following (NOT separately priced): a. 13 Each, Cisco StackWise 50CM Stacking Cable-2, PN: CAB-STACK-50CM b. 13 Each, Power Cord, 110V-3, PN: CAB-AC CLIN 0021: 2 Each, Themis RES-32DCX Server, PN: 535-112714D1-37C0003 NAICS Code is 423430 and the Small Business Size Standard is 100 employees. Delivery will be F.O.B. Destination to the following locations: NSWC PC Panama City, FL and NUWC Division Newport, RI on or before 20 April 2007. The order will be a firm fixed price order. All line items will be awarded to one vendor only with separate orders placed per delivery destination. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to stacy.figlinski@navy.mil, no later than 3:00pm (CST) March 14, 2007. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror's DUN's number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award; (5) A copy of the complete commercial warranty provisions and terms; (6) offered delivery time (quo te a firm date only, not a date range); (7) completed copies of BOTH FAR 52.212-3 and DFARS 252.212-7000; (8) past performance data of the last three sales for the same or similar item. For each reference include: contract number, dollar value, date of sell, organizational name, point of contact, address, phone number and email; (9) The price proposal should include: (a) a copy of the current catalog or established price list for the items covered by the offer, or information where the established price may be found; (b) a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such items are commercial items sold in substantial quantities to the general public, at the prices listed in the above mentioned catalog or established price list; (d) a statement that the quoted prices, i ncluding consideration of any discount or rebate arrangement, do not e xceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at BOTH 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2004) applies to this requisition. The following clauses are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33 and 52.247-34. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clau ses are applicable: 52.203-3, 252.232-7003, 252.225-7001, 252.227-7015, 252.227-7037 and 252.247-7024. The Defense Priority and Allocation System (DPAS) rating is a DO-A70. The closing date for receipt of proposals is no later than 3:00 pm (CST) on March 14, 2007. Electronic quotes are encouraged at stacy.figlinski@navy.mil. Proposals may also be faxed to (850) 234-4251 or delivered to NSWC PC, Attn: Code XPS1/Figlinski, 110 Vernon Avenue, Bldg. 372, Panama City, FL 32407. Offerors may electronically submit written questions requesting clarification of solicitation requirements. It is the Government?s intention that questions and responses will be distributed electronically to all Offerors. Information provided with each question should include the Solicitation Number, paragraph, clause or other definitive citation requiring clarification. All questions shall be directed to: Stacy Figlinski at stacy.figlinski@navy.mil. Point of Contact: Stacy Figlinski (850) 235-5842, fax (850) 234-4251; Stacy Figlinski is the POC for N61331-07-T-0019. Email your questions to Stacy Figlinski at stacy.figlinski@navy.mil
 
Web Link
NSWC Panama City Synopsis Table
(http://www.ncsc.navy.mil/Contracts/Ztables/syntable.htm)
 
Record
SN01246892-W 20070310/070308221253 (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.