Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOURCES SOUGHT

70 -- IBM Blade Servers

Notice Date
8/31/2007
 
Notice Type
Sources Sought
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQ0034-07-T-1043
 
Response Due
9/6/2007
 
Archive Date
9/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is 100% set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. The Washington Headquarter Services (WHS), Acquisition and Procurement Office, Department of Defense, 1155 Defense Pentagon, Washington, DC 20301-1155 intends to purchase the following items on a specific make and model (brand name) basis: IBM Blade Servers per the attached configuration. If quoting for items other than the make and model specified, approval must be sought from Jonathan Willsher, Contract Specialist, at (703) 696-1683 or jonathan.willsher@whs.mil. All items will be delivered (F.O.B. Destination) to: WHS/ESDD Charles Sheasley 621C North Payne St Arlington, VA 22314 Phone: 703-604-1509 within 30 calendar days after award. All units must be assembled and configured prior to delivery. The Government?s budget for each of the three (3) configurations is as follows: Configuration 1: $37,446.00 Configuration 2: $52,015.83 Configuration 3: $18,723.00 Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and Defense Federal Regulation Supplement (DFARs), current to DCN 20070327: FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Add to FAR 52.212-2 ?The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforming to this combined synopsis/solicitation will be most advantageous to the government, price and other factors considered. Only technically acceptable offers will be evaluated.? FAR 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, 52.219-6, Notice of Total Small Business Set-Aside, 52.247-34, F.O.B Destination, 52.252-2, Clauses Incorporated By Reference, 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.232-7003, Electronic Submission of Payment Requests, 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Mar 2007) (Deviation), and 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A apply. Quotations are due no later than 4:30 pm, Eastern Standard Time, Thursday, 06 September 2007. Offers shall be submitted electronically via email to: jonathan.willsher@whs.mil. For additional information, contact Jonathan Willsher, Contract Specialist, at (703) 696-1683 or jonathan.willsher@whs.mil. Offerors shall include a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer apply to this acquisition. Brand Name Justification Use of full and open competition would result in unreasonable duplicate costs for the Government.
 
Place of Performance
Address: 621C North Payne St, Arlington, VA
Zip Code: 22314
Country: UNITED STATES
 
Record
SN01392815-W 20070902/070831223103 (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.