Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

70 -- SyncSort/NetApps License and Hardware

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
08EOIG006359
 
Archive Date
8/27/2008
 
Point of Contact
Marc L. Long,, Phone: 301-443-7086
 
E-Mail Address
Marc.Long@psc.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 08EOIG006359 and it is issued as request for quotation (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) This is a small business set aside and the associated NAICS code is 443120 and small business size standard is $8 million. (v) CLIN 01-Network Appliance Storage for Washington, DC Site: Subclin A - Quantity ten (10) Each, DSKDRV,1TB,7200 RPM,SATA,A,R5, (X269A-R5); Subclin B – Quantity one (1) Each, DS14MK2 AT W/AC Power Supply, R5, (X561-R5); Subclin C – Quantity one (1) Each, Rack Mount Kit,FAS2020,R6, (X5518A-R6); Subclin D – Quantity two (2) Each, DS14MK2AT,AT-FCx Controller,R5, (X5612A-R5); Subclin E – Quantity two (2) Each, Power Cable North America,R6, (X800E-R6); Subclin F – Quantity two (2) Each, SFP,Optical,4.25Gb,R6, (X6539-R6); Subclin G – Quantity one (1) Each, 1 yr SupportEdge Premium, NBD Onsite, (CS-O-NBD); CLIN 02 - Network Appliance Storage for Kansas City Site: Subclin A - Quantity ten (10) Each, DSKDRV,1TB,7200 RPM,SATA,A,R5, (X269A-R5); Subclin B – Quantity one (1) Each, DS14MK2 AT W/AC Power Supply, R5, (X561-R5); Subclin C – Quantity one (1) Each, Rack Mount Kit,FAS2020,R6, (X5518A-R6); Subclin D – Quantity two (2) Each, DS14MK2AT,AT-FCx Controller,R5, (X5612A-R5); Subclin E – Quantity two (2) Each, Power Cable North America,R6, (X800E-R6); Subclin F – Quantity two (2) Each, SFP,Optical,4.25Gb,R6, (X6539-R6); Subclin G – Quantity one (1) Each, 1 yr SupportEdge Premium, NBD Onsite, (CS-O-NBD); CLIN 03 – SyncSort SQL Agents for Kansas City Site: Subclin A – Quantity two (2) Each, Advanced Recovery Interface – MS SQL Server, (4302); Subclin B – Quantity one (1) Each, 6 months of premium maintenance, (9900); CLIN 04 – Single Mailbox Recovery: Subclin A – Quantity one (1) Each, Single Mailbox Recovery Software, 1500PK, (SW-SMBR-1500PK); Subclin B - Quantity one (1) Each, Vendor SW Sub SMBR, 1500PK, (SW-SSPVN-SMBR-1500PK); Subclin C - Quantity one (1) Each, Single Mailbox Recovery Software, 500PK, (SW-SMBR-500PK); Subclin D - Quantity one (1) Each, Vendor SW Sub SMBR, 500PK, (SW-SSPVN-SMBR-500PK). (vi) The items to be acquired are in accordance with the already existing SyncSort/NetApp System established by the Office of Inspector General/HHS. The additional license(s) and hardware are being added to meet the increased back-up demands of the OIG computer systems. (vii) All items are to be delivered FOB Destination to 330 Independence Ave., SW, Washington DC 20201. (viii) The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopisis/solicitation to the responsible lowest priced offeror. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (June 2008), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126); (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts); (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b); (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423); (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (xv) Offers are due on Tuesday, August 12, 2008 @ 3:00 pm. EST electronically to the Contract Specialist. (xvi) Please contact Marc Long, Contract Specialist, 301-443-7086, regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09250c1239f69b3ab66b9c885f2bf834&tab=core&_cview=1)
 
Place of Performance
Address: 330 Independence Ave., SW, Washington, District of Columbia, 20201, United States
Zip Code: 20201
 
Record
SN01635642-W 20080810/080808223736-09250c1239f69b3ab66b9c885f2bf834 (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.