Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

70 -- Video Editing Systemfor the Medical Media Department at theEdward Hines Jr., VA Hospital Hines, Illinois

Notice Date
9/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, VA Great Lakes Healthcare System, Department of Veterans Affairs Great Lakes Healthcare System, Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA-69D-08-RQ-0683
 
Response Due
9/12/2008
 
Archive Date
10/12/2008
 
Point of Contact
Willie ForrestContract Specialist<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial items contract, 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 requirement is being issued under FAR 13.5 Simplified Acquisition Procedures. The awarded contract will be a firm fixed priced contract. The solicitation number, VA-69D-08-RQ-0683 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 423430 with a Size Standard of 100 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to date Jan 2008. This requirement is restricted to small businesses as a small business set-aside and all responsible sources may submit a quotation, which will be considered. Quotations are due on or before 12 September 2008, 1:00 PM. Central Standard Time to be considered responsive. The following items are offered by the MAC Specialist of Villa Park, Illinois and are known to meet the VA's needs. The requirements in this solicitation are as follows: CLIN 0001: Promise VTrak E-Class 8x 750 SATA RAID subsystem (6TB)AND USER MANUAL,Catalog number: P-36524 QTY: 01 U/I: EA $____________. CLIN 0002: BTO Apple Xserve Quad Xeon 2.8GHz/2GB/80GB/80GB/80GB/ATI X1300/Dual-Channel 4GB Fibre Card/SD, Catalog number: P-36057 QTY: 01 U/I: EA $____________. CLIN 0003: BTO Apple Xserve Quad Xeon 2.8GHz/2GB/80GB/80GB/ATI X1300/Dual-Channel 4GB Fibre Card/SD, Catalog number: P-36058 QTY: 01 U/I: EA $____________. CLIN 0004: Kingston - Memory - 2 GB ( 2 x 1 GB ) - FB-DIMM 240-pin - DDR II -800 MHz - fully buffered Xserve Xeon (2008), Catalog number: P-37385 QTY: 02 U/I: EA $____________. CLIN 0005: APPLECARE FOR XSERVE (2008) RETAIL BOX, Catalog number: P-37303 QTY: 02 U/I: EA $____________. CLIN 0006: INFO X QLOGIC SANBOX 5600 16PORT 4GB SWITCH, Catalog number: P-36059 QTY: 01 U/I: EA $____________. CLIN 0007: GIZMAC XRACKPRO2 25U NOISE REDUCTION ENCLOSURE RACKMOUNT CABINET, Catalog number: P-34592 QTY: 01 U/I: EA $____________. CLIN 0008: APPLE FIBRE CHANNEL PCI EXPRESS CARD, Catalog number: P-36575 QTY: 01 U/I: EA $____________. CLIN 0009: APPLE XSAN 2 1 USER LICENSE, Catalog number: P-36480 QTY: 04 U/I: EA $____________. CLIN 0010: APPLE - OPTIONS APPLECARE XSAN SUPPORT, Catalog number: P-29896 QTY: 04 U/I: EA $____________. CLIN 0011: American Power Conversion Corp SMART UPS 5000VA RM RT 208V, Catalog number: P-36474 QTY: 01 U/I: EA $____________. CLIN 0012: APC SMARTSLOT SNMP NETWORK MANAGEMENT CARD, Catalog number: P-36570 QTY: 01 U/I: EA $____________. CLIN 0013: APC SHARE UPS SERVER SHUTDOWN W/RM HARDWARE, Catalog number: P-36571 QTY: 01 U/I: EA $____________. CLIN 0014: (Premium) APC - SERIAL CABLE - DB-9 (M) - DB-9 (F), Catalog number: P-37386 QTY: 04 U/I: EA $____________. CLIN 0015: Labor Support Block of Time, Catalog number: P-31126 QTY: 16 U/I: EA $____________. CLIN 0016: APPLE XSERVE APPLECARE SERVICE PARTS KIT (Early 2008), Catalog number: P-35956 QTY: 02 U/I: EA $____________. CLIN 0017: PROMISE VTRAK SUBSYSTEM SERVICE PARTS KIT, Catalog number: P-37405 QTY: 01 U/I: EA $____________. CLIN 0018: APPLE - OPTIONS APPLECARE SERVICE PARTS KIT FOR XSERVE RAID -750GB, Catalog number: P-33742 QTY: 01 U/I: EA $____________. CLIN 0019: Labor Support Block of Time (Continued Support Plan), Catalog number: P-31126 QTY: 20 U/I: EA $____________. CLIN 0020: Mac OS X Server Maintenance 36 Mos 10 Client Single Server, Catalog number: P-33050 QTY: 02 U/I: EA $____________. CLIN 0021: SOFTWARE LICENSING XSAN MAINTENANCE 36MO, Catalog number: P-29900 APPLE QTY: 04 U/I: EA $____________. CLIN 0022: INSTALLATION, QTY: 01 U/I: EA $____________. CLIN 0023: Additional Discount, QTY: 01 U/I: EA $____________. CLIN 0024: TOTAL COST FOR ITEMS 1-23, QTY: 01 U/I: EA $____________. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. Delivery, is required within 15 calendar days of contract award, and shall be FOB DESTINATION to Hines VA Medical Center, 5th and Roosevelt Road, Hines, IL 60141. The Contractor is responsible for all freight charges. If offering an equal product, your offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instruction to Offeror--Commercial Items, applies to this solicitation. The provisions at 52.212-2 Evaluation Commercial Items (Jan 1999) applies. Award will be made to offeror/offer representing the best value to the Government. All quotes will be evaluated in accordance with Technical Capability, compliance with the solicitation requirements and Price. The provision at 52.212-3, Offeror Representations and Certification applies. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far/current/html/52_212_213.html or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of FAR 52.212-4 Contract Terms and Conditions--Commercial Items and the Addendum to FAR 52.212-4, which includes applicable FAR and VAAR clauses incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78). (3) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (4) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169). (5) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). In addition, 52.247-34 F.O.B. Destination (NOV 1991), 52.211-6 Brand Name or Equal, VAAR Brand Name or Equal 852.211-77, VAAR 852.211-72(a) Rejected Goods (NOV 1984) applies to this acquisition. The Offeror shall also provide its Commercial and Government Entity code, DUNS number, and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. All offerors are therefore cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. Confirmation of CCR registration will be validated prior to awarding a contract. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Offers are due by 1:00pm Central Standard Time (CST) on 12 September 2008. All Offers shall be clearly marked with RFQ referencing number # VA-69D-08-RQ-0683 and emailed to the Contracting Officer at willie.forrest@va.gov, or sent by facsimile to 414-902-5440 by the indicated closing date and time. This is the preferred method of receipt. However, offers can also be mailed to the Department of Veterans Affairs, Great Lakes Acquisition Center, attention Willie Forrest, 5000 W. National Ave, Bldg 5, Milwaukee, WI 53295. All technical questions concerning this requirement must be emailed to the Contracting Officer no later than the 10 September 2008 1:00 pm. Central Standard Time (CST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited above, or reject the terms and conditions of this solicitation, may be excluded from consideration. All products being proposed shall be FDA approved and meet all applicable standards and regulations. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/ The closing date and time of this solicitation is 12 September 2008, no later than 1:00 P.M. CST. Price quotes shall be submitted on company letterhead and signed by a company representative. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the Contracting Officer, via email, or by facsimile (414) 902-5440 for notification of amendments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a67a2ec02ea6bff8738b8c7f442c190d&tab=core&_cview=1)
 
Record
SN01659130-W 20080906/080904220436-a67a2ec02ea6bff8738b8c7f442c190d (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.