Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
MODIFICATION

R -- Centera Appliances

Notice Date
6/27/2007
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480, UNITED STATES
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ92062
 
Response Due
8/9/2007
 
Archive Date
8/24/2007
 
Point of Contact
Andrea McGee, Purchasing Agent, Phone 301-402-0735, Fax 301-402-0479,
 
E-Mail Address
andrea_mcgee@nih.gov
 
Description
THIS ANNOUNCEMENT HAS BEEN CANCELLED, THIS ANNOUNCEMENT HAS BEEN CANCELLED. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental 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. The solicitation number for this acquisition is RFQ 92062 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541511. The purpose of this Contract is to engage the services of a Contractor to support the DCRI Scientific Computing Section. The purpose of this RFQ is to obtain EMC Centerra appliances that work with our current EMC SANS. Requirements 1 CNRRK 40U T RACK SP POWER, 1 CAT6CBL100 UTP CAT6 CABLE 100 WHITE, 1 PW40U-US Dual 40U Rack Power Cord US, 2 CNRMODEMG4 CNR MODEM GEN 4, 1 CNR4NREPLIC 4NODE REPLICATION SW LIC, 1 CNR4NMSWG4 MIRR SW RTU LIC, 1 CNRGPLLIC CNR GEN PUBLIC LIC SW, 1 CNRCONSOLESW CONSOLE SW LICENSE, 1 PS-EXP-CI4R IMPL FOR CENTERA 4-NODE W/REP, 1 WU-PREHW-001 PREMIUM HARDWARE SUPPORT - WARR UPG, 1 CNR4N5MBAG4 4 NODE 500GB MANF BASE G4, 1 CNRRK 40U T RACK SP POWER, 1 CAT6CBL100 UTP CAT6 CABLE 100 WHITE, 1 PW40U-US Dual 40U Rack Power Cord US, 2 CNRMODEMG4 CNR MODEM GEN 4, 1 CNR4NREPLIC 4NODE REPLICATION SW LIC, 1 CNR4NMSWG4 MIRR SW RTU LIC, 1 CNRGPLLIC CNR GEN PUBLIC LIC SW, 1 CNRCONSOLESW CONSOLE SW LICENSE, 1 PS-EXP-CI4R IMPL FOR CENTERA 4-NODE W/REP, 1 WU-PREHW-001 PREMIUM HARDWARE SUPPORT - WARR UPG, 1 CNR4N5MBAG4 4 NODE 500GB MANF BASE G4, 1 DX-WIN-FSM-S DISKXTENDER FOR WINDOWS FILE SYS MGR, 2 456-004-570 DISKXTENDER FOR WINDOWS 2TB CP, 2 456-004-589 DISKXTENDER FOR WINDOWS FILE SYSTEM MGR CLUSTER, 4 456-004-587 DISKXTENDER FOR WINDOWS FILE SYSTEM MGR SERVER, 1 457-000-256 DISKXTENDER FOR WINDOWS FILE SYS MGR, 1 CELGT-DXT TRN LGT DISKXTENDER ILT, 1 M-ESGPRE-201 ESG PRIORITY SUPPORT, 1 PS-ESHS-DXWE DISKXTENDER FOR WINDOWS HEADSTART FOR ENTERPRISE, All items must be new and EMC certified. Delivery Schedule The items listed in the scope of this document must be delivered and installed within 30 days from the date of PO award. The delivery must be noted as an inside delivery to the address listed below. Section 508 Compliance Section 508 requires that Federal Agencies? electronic and information technology is accessible to people with disabilities. The Federal Acquisition Regulations (FAR) Final Rule for Section 508 (Accessibility) can be found at: http://www.section508.gov . Unless it is an ?undue burden? or compliant products or services do not exist, the proposal must comply with Section 508. The contractor should state that they would comply with the requirements of Section 508 or cite a justifiable reason for an exception. If any additional costs for compliance are anticipated, these costs should be identified. For existing systems, the contractor may not be able to identify all costs for compliance if the contractor did not develop that system, but should state that any development performed during the course of this task order will be compliant. Within 30 days of this task award, the contractor should provide a plan for compliance for the system as a whole, including any costs associated with compliance. Security There are no security requirements for this order. Government Furnished Equipment (GFE) There are no government furnished equipment requirements for this order. Inspection and Acceptance Criteria The installation of the items listed in the scope of this document must be completed and in full working order to be accepted as final by the CC. Evaluation Criteria The items offered by the vendor must satisfy the technical requirements listed in the scope of this document. The award will be made to the lowest-price technically acceptable offer. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions ? Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make an award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Place of Performance The primary place of performance will be: National Institutes of Health 9000 Rockville Pike Bldg 10 Bethesda, MD 20892 Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than Aug 9, 2007 Eastern Standard Time 5:00 p.m. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before August 16 , 2007. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, July 9, 2007. Collect calls will not be accepted. No Phone Calls Please. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-JUN-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/HHS/NIH/CCOPC/RFQ92062/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike Bldg. 10 Bethesda, MD 20892
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01329827-F 20070629/070628034721 (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.