Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

70 -- SOLE SOURCE - IBM SERVERS

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00104 NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010407QQ838
 
Response Due
8/21/2007
 
Archive Date
9/20/2007
 
Description
SYNOPSIS AND SOLICITATION: This acquisition is being issued in accordance with FAR Subpart 13. 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; price quotes are being requested and a written solicitation will not be issued. The solicitation number is N00104-07-Q-Q838, which is a Request for Quotation (RFQ). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-08. The North American Industry Classification System (NAICS) Code is 541519. The government intends to award a sole source contract to CAS Severn of Laurel, MD. Please reference note 22. The requirement consists of the following Contract Line Item Numbers (CLINS): CLIN 0001 Blades, Dual Socket, 8GB, SAN Boot, which includes 5 Year Onsite Repairs, Extend Blade W arranty from 60-64 months, and 1 Year Remote Technical Support, CLIN 0002 X3950, 32 GB memory, 2 73 GB internal drives with 5 year onsite repair, extend warranty from 60-64 months, and 1 Year Technical Support, CLIN 0003 VMWare, Virtual Infrastructure and Virtual Center with 5 year maintenance, CLIN 0004 Installation Services, including implementation, configuration, migration, and tuning. Brand name only, no substitutions. The required delivery for CLINS 0001, 0002, and 0003 is within 30 days of contract award. Deliver to NAVAIR, Bldg 420, 47014 Hinkle Circle, Patuxent River, MD 20670. Inspection and acceptance are FOB destination. The following FAR Subpart 12 provisions and clauses are incorporated by reference: Time of Delivery. (6/97); FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the sol icitation represents the lowest priced technically acceptable offer. T echnical acceptability will be based on the Offeror?s ability to provide the required items within the specified delivery time.]; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I (Offerors must submit a completed copy of the Representations and Certifications with their offer); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (a), (b)(1), (5), (7), (11-16), (21), (24), (d) and (e). Quotes must be received by no later than 3:30 PM EST, August 21, 2007 and shall be emailed to lindsay.hepfer@navy.mil (any attachments should be in Word, Rich Text Format, or PDF) and must not exceed 2MB. For information regarding this synopsis/solicitation, telephone Ms. Lindsay Hepfer at (717)-605-7367 or email lindsay.hepfer@navy.mil.
 
Record
SN01363726-W 20070808/070806221940 (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.