Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

70 -- Sun Fire X4100 Server and Accessories

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS1, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107T3563
 
Response Due
9/5/2007
 
Archive Date
10/5/2007
 
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-3563. The Naval Surface Warfare Center Panama City (NSWC PC) intends to purchase, on a brand name only 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. The following is being procured: CLINS 0001-0003, assembled SUN X4100 Servers, comprised of the following: CLIN 0001: 10 Each, Sun Microsystems Computer Corp. (Sun) Sun Fire X4100 x64 Server, PN: A64-PZZ2-BH-4G-CB7: 2xseries AMD Opteron Model 280 (2.4Ghz/1MB) dual core processors, 4x 2GB PC3200 DDR-400 memory, 2x 73GB 10K RPM drive, DVD-ROM, 2x PSU, Service Processor, 4x 10/100/1000 Ethernet ports, 3x USB ports, 1x 64-bit/ 133Mhz PCI-X slot, 1x 64-bit/100Mhz PCI-X slot, (no power cord or rail kit (order separate)) order Geo-specific x-option. Standard Configuration. Integration of all internal hardware components, including line item 0002, into all systems. PN: IS-INTSYSTEM CLIN 0002: 20 each X4100/X4200: 2x1GB memory Manufacturer: SUN Microsystems Computer Corp Part Number: X8022A-Z. CLIN 0003: 10 each Slide rail kit for Sun Fire X2100, X4100 and X4200 x64 servers. Only fits in Sun Rack 900-38, Sun Rack 1000-38, Sun Rack 1000-42, or racks that have internal depth (post to post) of 27-inches. XATO only Manufacturer: SUN Microsystems Computer Corp Part Number: X8029A-Z. CLINS 0004-0007, assembled SUN V210 Servers, comprised of the following: CLIN 0004: 7 each Sun Fire V210 - Rack - 2 x UltraSPARC IIIi 1.34 GHz - RAM 2 GB - HD 2 x 73.4 GB - LAN EN, Fast EN, Gigabit EN - Solaris 10 - Monitor : none - 1 U. Manufacturer: Microsystems Computer Corp Part Number: N31-XM42C1204HB INCLUDES: North American/Asia Power Cord Kit PART #: X311L Qty: 2 per unit. Integration of all internal hardware components, including line items 0005 and 0007, into all systems. PN: IS-INTSYSTEM CLIN 0005: 14 each Sun - Memory - 1024 MB ( 2 x 512 MB ) - DIMM 184-pin - DDR - 266 MHz / PC2100 - CL2 - registered ? ECC Manufacturer : SUN Microsystems Computer Corp Part Number: X7703A-4. CLIN 0006: 7 each Spare Rack Slider / Cable Man Kit for the Sun Fire V210, V240 Manufacturer: SUN Microsystems Computer Corp Part Number: 370-7669. CLIN 0007: 7 each Sun - DVD-ROM drive ? internal Manufacturer: SUN Microsystems Computer Corp Part Number: X7410A-4. CLINS 0008-0012, assembled SUN V240 Servers, comprised of the following: CLIN 0008: 3 each Sun Fire V240 - Rack - 2 x UltraSPARC IIIi 1.5 GHz - RAM 2 GB - HD 2 x 73.4 GB - LAN EN, Fast EN, Gigabit EN - Solaris 10 - Monitor : none - 2 U. Manufacturer : SUN Microsystems Computer Corp Part Number: N32-XK42C1204HB. Integration of all internal hardware components, including line items 0009 and 0011, into all systems. PN: IS-INTSYSTEM CLIN 0009: 6 each Sun - Memory - 1024 MB ( 2 x 512 MB ) - DIMM 184-pin - DDR - 266 MHz / PC2100 - CL2 - registered ? ECC Manufacturer : SUN Microsystems Computer Corp Part Number: X7703A-4. CLIN 0010: 3 each Spare Rack Slider / Cable Man Kit for the Sun Fire V210, V240 Manufacturer: SUN Microsystems Computer Corp Part Number: 370-7669. CLIN 0011: 3 each Sun - DVD-ROM drive ? internal Manufacturer: SUN Microsystems Computer Corp Part Number: X7410A-4. CLIN 0012: 3 each Sun -XVR-100 RADEON Video Card Manufacturer: SUN Microsystems Computer Corp Part Number: X7296A. CLIN 0013: 1 each 17 KVM Drawer in 1 RU, USB Interface, 1280X1024 Resolution Manufacturer: NTI Network Technologies Inc Part Number: RACKMUX-US17. CLIN 0014: 2 each Adaptec Snap Server 520: 1RU with 2.0 TB of SATAII storage (4x500GB hot swappable SATAII drives) scalable to 26 TBs with built in 500 GB of Virtual Tape Storage Manufacturer : ADAPTEC Part Number: 2196200. CLIN 0015: 4 each Catalyst 3750G 48S 10/100/1000 Manufacturer: CISCO Systems (CISCOPRO) Part Number: WS-C3750G-48TS-E includes: Cisco StackWise 50CM Stacking Cable-2 PART#: CAB-STACK-50CM Power Cord, 110V-3 PART #: CAB-AC QTY: 1 per unit. NAICS Code is 423430 and the Small Business Size Standard is 100 employees. Delivery will be F.O.B. Destination to the following location: NSWC PC Panama City, FL on or before October 8, 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 Vaughn.Lasater@navy.mil, no later than 3:00pm (CST) September 4, 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 num ber, 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 (quote 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 avail able 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, including consideration of any discount or rebate arrangement, do not exceed 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: 52.2 22-3, 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 clauses 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 September 4, 2007. Electronic quotes are encouraged at Vaughn.Lasater@navy.mil. Proposals may also be faxed to (850) 234-4251 or delivered to NSWC PC, Attn: Code XPS1/Vaughn Lasater, 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 res ponses will be distributed electronically to all Offerors. Informatio n provided with each question should include the Solicitation Number, paragraph, clause or other definitive citation requiring clarification. All questions shall be directed to: Vaughn Lasater at Vaughn.Lasater@navy.mil. Point of Contact: Vaughn Lasater (850) 235-5058, fax (850)-235-4251 Email your questions to Vaughn Lasater at Vaughn.Lasater@navy.mil
 
Web Link
NSWC Panama City Open Actions
(http://nswcpc.navsea.navy.mil/contracts/ztable/open_actions.html)
 
Record
SN01384786-W 20070826/070824222614 (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.