Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

D -- Purchase of Sun maintenance and spare parts

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
F3ST958155GC01
 
Archive Date
7/30/2008
 
Point of Contact
Tara D Whitaker, Phone: 618-229-9485
 
E-Mail Address
Tara.Whitaker@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Referance #: F3ST958155GC01 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, HardwareSection (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue a combined/synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 acquisition is for the purchase of maintenance and spare parts for Sun equipment. Quotes must include pricing for maintenance for the period of 1 Aug 08 – 31 Jul 09. Delivery is to USTRANSCOM at Scott AFB, IL. 62225. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Vendors providing quotes must be authorized resellers of Sun. Only one award will be made for this requirement. You must provide pricing for all items in the request or your quote will not be accepted. All quotes are due NLT 15 Jul 2008, 10am CST. Questions will be accepted until 14 Jul 2008, 3pm CST. Please contact Tara.Whitaker@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ Line Item Description Qty Unit Price Ext. Price 1 SPARE CPU/MEMORY DGHTERBRD (SUN Part No. #370-6927) 3 Each $ $ 2 SPARE AMD OPTERON 844 1.8GHZ (SUN Part No. #370-6902) 6 Each $ $ 3 SILVER SYSTEM SERVICE PLAN 8-1-2008 THRU 7-31-2011 (SUN Part No. SLVR-SYS-SVC.) 12 Each $ $ 4 SILVER SYSTEM SERVICE PLAN 6-1-2008 THRU 5-31-2011 (SUN Part No. SLVR-SYS-SVC.) 4 Each $ $ Line item 3 supports: Sun Netra 440 AC - Rack - 4-way - 4 x UltraSPARC IIIi 1.6 GHz - RAM 8 GB - SCSI - hot-swap 3.5" - HDD 4 x 146 GB - DVD-RW - Gigabit Ethernet - Solaris 10 (SUN Part No. N42XH44C28GYDA) Line item 4 supports: Sun Netra 240 AC - Rack - 2-way - 2 x UltraSPARC IIIi 1.5 GHz - RAM 2 GB - SCSI - hot-swap 3.5" - HDD 2 x 146 GB - Gigabit Ethernet - Solaris 10 (SUN Part No. N54XL42C22GYBA) PRICING FOR ALL LINE ITEMS IS REQUIRED. The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5b920f3b1258fba0f463cd46c550c695&tab=core&_cview=1)
 
Place of Performance
Address: USTRANSCOM/TCJ6-OMS, 418 Missouri Street, Bldg 4157, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN01610479-W 20080711/080709223023-5b920f3b1258fba0f463cd46c550c695 (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.