Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

70 -- OPNAV N80 Program Budget Information System (PBIS) Computer Hardware Requirement

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018907QZ129
 
Response Due
9/5/2007
 
Archive Date
9/30/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is N00189-07-Q-Z129. The NAICS code is 334111 and the Small Business Standard is 1,000 employees. This is a competitive, unrestricted action. The Fleet and Industrial Supply Center (FISC) Norfolk, Philadelphia Contracting Office, requests responses from qualified sources capable of providing to the Chief of Naval Operations (OPNAV), Washington D.C., the following nine (9) Hardware (HW) and as sociated maintenance Contract Line Item Numbers (CLINs): CLIN 0001: 3 each Blade Servers (Database); CLIN 0002: 5 each Blade Servers (Application); CLIN 0003: 1 each Blade Server Chassis and Uninterruptible Power Supply (UPS); CLIN 0004: 3 each Rack Mount Servers (Database); CLIN 0005: 3 each Rack Mount Servers (Application); CLIN 0006: 2 each Network Attached Storage Devices; CLIN 0007: 4 each Tape Autoloaders and Media for data backup; CLIN 0008: 4 each Internal Network Switches; and CLIN 0009: 4 each Rack Mount Keyboard, Video, Mouse (KVM) and Switches. Additional information regarding HW configuration is provided in the Solicitation, Section B, pricing schedule. This information can be accessed via the NECO site, or can be provided to the quoter upon request to Caitlin.horn@navy.mil. The Delivery is 30 days after contract award. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. No Numbered Notes apply. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-19 and DFARS Change Notice 20070802. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.233-3, 52.233-4, 52.203-6, 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 52.247-64. Quoters are reminded to include a completed copy of 52.212-3 and it ?s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 52.204-7, Central Contractor Registration, 52.233-2, Service of Protest, 52.243-1, Changes ? Fixed Price, 52.247-34, F.o.b. Destination, 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, and 252.247-7023. The Year 2000 Warranty - Commercial Items applies. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 19 99 and 2000, and leap year calculations. Furthermore, Year 2000 compli ant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. PINEWOOD NEMATODE FREE SOLID WOOD PACKING MATERIAL (SWPM) (NOV 2002) (NAVSUP) applies. This announcement will close at 1200 hours, local Philadelphia, PA time, on 05 September 2007. Contact the Contract Specialist, Ms. Caitlin Horn, who can be reached at 215-697-9675 or email Caitlin.horn@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your quote. Quoters shall submit the required information via email to Caitlin.horn@navy.mil. All quotes shall include price(s) (in accordance with the pricing schedule in Section B of the solicitation), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements of the RFQ. All interested parties shall provide a brief (2 page max) description of the HW products and maintenance support which clearly and concisely responds to the requirements contained in the RFQ. It is the quoter?s responsibility to provide info and evidence that clearly demonstrates their ability to satisfactorily meet the RFQ requirements. The Government intends to issue an order resulting from this RFQ to the responsible contractor whose quote represents the best value to the Government. Source selection will be on the basis of the lowest price technically acceptable (LPTA).
 
Record
SN01386710-W 20070829/070827221843 (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.