Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

70 -- Computer Peripheral Equipment and Software

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68335-07-P-0377
 
Response Due
7/6/2007
 
Archive Date
7/21/2007
 
Description
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using procedures found under FAR subpart 13.3 - Simplified Acquisition Methods, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number N68335-07-P-0377 is issued as a competitive Small Business Set-Aside request for quote (RFQ). NAICS code 423430 applies. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001: Qty (16) IMATION 1pk 110/220GB 160/320 SDLT, P/N IMN-16260; CLIN 0002: Qty (24) QUANTUM SDLT II 300/600GB TAPE, P/N QTN-MR-S2MQN-01; CLIN 0003: Qty (20) SIMPLE USB 500GB DRIVE BONZAI BUNDLE, P/N SGN-STI-USB235/500-BUN; CLIN 0004: Qty (50) CITRIX GSA PRES SVR 4 ADV ED 1U, P/N CXG-MW24PSA0001-G; CLIN 0005: Qty (50) MS GSA W2003 TERM SRV CAL USER, P/N MLG-R19-00041; CLIN 0006: Qty (5) ACRONIS TRUE IMAGE UNV RSTR SVR 1-9, P/N A-C-ATI-UR-1-9; CLIN 0007: Qty (5) ACRONIS TRUE IMAGE UNV RSTR SVR MNT, P/N A-C-AMPS-ATI-UR-1-9; CLIN 0008: Qty (5) ACRONIS TRUE IMAGE ENT SVR 9.1- 1-9, P/N A-C-ATI-ES-1-9; CLIN 0009: Qty (5) ACRONIS TRUE IMAGE ENT SVR 9 1-9 MNT, P/N A-C-AMPS-ATI-ES-1-9; CLIN 0010: Qty (5) IPSWITCH WS_FTP PRO 2007 1U, P/N IPS-WS-1000-2007; and CLIN 0011: Qty (5) IPSWITCH WSFTP PRO 2007 1U SVC AGR, P/N IPS-WS-7600-2007. (v) Award will be made to the lowest priced, technically acceptable offer. Offers will be evaluated on a strict pass/fail basis. (vi) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall commence within 15 days after contract award. FOB Destination. Ship unit to: N68335, NAVAL AIR WARFARE CENTER - AIRCRAFT DIVISION; AIRCRAFT SUPPORT EQUIPMENT STAGING AREA ? BUILDING 195 (HANGAR 6), HWY 547, LAKEHURST NJ 08733, Attn: Christopher Neubert, (732) 323-4105, M/F: H-53 PROGRAM. Inspection and Acceptance at Destination. (vii) Addendum to FAR 52.212-1 is DFARS 252.204-7004, Central Contractor Registration (CCR), Alternate A. All contractors must be registered in the CCR database to be considered for award. Registration is free and can be completed online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. (viii) FAR 52.212-2, Evaluation ? Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (x) Notice of Small Business Set Aside, FAR Clause 52.219-6. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Additional requirements. Warranty: The Offeror?s commercial warranty of at least one year shall apply and should be stated in the Operation and Maintenance Manual. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xiv) All submissions are due by 4:00 p.m. EST, 6 July 2007 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 2.5.2.2.1.SP, Sesky Paul, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xv) Name and telephone number of individual to contact for information regarding the solicitation: Sesky A. Paul, (732) 323-2705, fax (732) 323-2359, e-mail: sesky.paul@navy.mil. (xvi) This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select ?Business? then ?Doing Business With Us? and ?Open Solicitations.? Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. Electronic proposals sent via e-mail (but NOT those sent via fascimile) will be accepted.
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division Lakehurst, Hwy. 547, Lakehurst, NJ
Zip Code: 08733-5083
Country: UNITED STATES
 
Record
SN01328290-W 20070628/070626221444 (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.