Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

D -- DE-INSTALL AND RE-INSTALL IT EQUIPMENT

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA1330-08-RQ-1178
 
Archive Date
9/27/2008
 
Point of Contact
Linda M Mullen, Phone: 757-441-3436, Janie M Laferty,, Phone: 757-441-6875
 
E-Mail Address
Linda.Mullen@noaa.gov, Janie.M.Laferty@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA1330-08-RQ-1178. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This procurement is issued as full and open and shall be awarded under Simplified Acquisition Proceedures. The FSC for this is N070 and the North American Industry Classification System (NAICS) Code is 541519, small business size standard is $23.0 million dollars. The U.S. Dept of Commerce, Financial Systems Division, OFA, 200 Perry Parkway, Suite 10, Gaithersburg, Maryland has a requirement for the following items: Item 0001: Provide complete de-installation, transportation, reinstallation, Priority-One Replacement Insurance coverage, recertification by manufacturer (if relocation service is not manufacturer certified) and coordination of the move for all systems and peripherals listed on the Relocation Inventory and the attached Statement of Work. Equipment de-installation at 8:30 am at the U.S. Census Bureau, 17101 Melford Blvd., Bowie, MD. Equipment Re-installation at NOAA Information Technology Center, 1221-D Carraway Court, Largo, MD. Item 0002: Provide complete de-installation, transportation, reinstallation, Priority-One Replacement Insurance coverage, recertification by manufacturer (if relocation service is not manufacturer certified) and coordination of the move for all systems and peripherals listed on the Relocation Inventory and the attached Statement of Work. Equipment de-installation at 8:30 am at the U.S. Census Bureau, 17101 Melford Blvd., Bowie, MD. Equipment Re-installation at NOAA Financial Systems Division, 200 Perry Parkway, Suite 200, Gaithersburg, MD. Item 0003: Provide complete de-installation, transportation, reinstallation, Priority-One Replacement Insurance coverage, recertification by manufacturer (if relocation service is not manufacturer certified) and coordination of the move for all systems and peripherals listed on the Relocation Inventory and the attached Statement of Work. Equipment de-installation at the NOAA Financial Systems Division, 200 Perry Parkway, Suite 10, Gaithersburg, MD. Equipment Re-installation at NOAA Information Technology Center, 1221-D Carraway Court, Largo, MD. Item 0004: Provide complete de-installation, transportation, reinstallation, Priority-One Replacement Insurance coverage, recertification by manufacturer (if relocation service is not manufacturer certified) and coordination of the move for all systems and peripherals listed on the Relocation Inventory and the attached Statement of Work. Equipment de-installation at the NOAA Financial Systems Division, 200 Perry Parkway, Suite 10, Gaithersburg, MD. Equipment Re-installation at NOAA Finance Office, 20020 Century Blvd., Germantown, MD. VENDOR SHALL BE HP, SUN, AND DELL CERTIFIED AND PROVIDE A COPY OF THEIR CERTIFICATION WITH THEIR OFFER. ONLY HP, SUN, OR DELL CERTIFIED PERSONAL SHALL BE ALLOWED TO TOUCH AND/OR WORK ON THE EQUIPMENT COVERED BY THIS RFQ. VENDOR SHALL PROVIDE PROOF THAT THEIR WORK SHALL NOT VOID OR HARM ANY EXISTING HP, SUN OR DELL WARRANTIES OR MAINTENANCE AGREEMENTS CURRENTLY IN PLACE. VENDOR SHALL BE RESPONSIBLE FOR HAVING EQUIPMENT RECERTIFIED BY THE MANUFACTURER IF THEIR RELOCATIONS SERVICES ARE NOT CURRENTLY CERTIFIED BY EACH MANUFACTURER. This can be accomplished by either the vendor having the proper certifications or by subcontracting. VENDOR MUST BE CLEARED FOR ENTRY ONTO THE U.S. CENSUS BUREAU SITE AT 17101 MELFORD BLVD., BOWIE, MD. PRIOR TO BEGINNING WORK. Clearance information shall be provided to the awardee. The required delivery is September 30, 2008 for Line Items 1 and 2. Tentative delivery dates for Line Items 3 and 4 is January 15, 2009 and February 14, 2009. Delivery shall be FOB Destination. The following provisions and clauses apply to this solicitation and any resulting purchase order: FAR 52.212-1 Instructions to Offerors-Commercial Items (NOV 207) FAR 52.212-3 - Offeror Representations and Certification-Commercial Items (Nov 2008) - NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at http://orca.bpn.gov and submit paragraph (l) with quote. FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007), with addenda: FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2008) {Fill-in: Part B, Check Items 1, 5, 7, 9, 16, 17, 18, 19, 20, 21, 22, 24, 26, 28 and 36} No Defense Priorities and Allocations System (DPAS) rating is assigned. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. In order to comply with the debt collection improvement act of 1966, ALL CONTRACTORS must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and PROVIDE WITH THE QUOTE, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 2:00 P.M EST, Friday, September 12, 2008. Offers maybe faxed to 757-441-3786 or electronically to Linda.Mullen@noaa.gov. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Linda Mulley at Linda.Mullen@noaa.gov or faxed to 757-441-3786. Telephonic requests will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4b1b6d4fbc1f94379d2f2d654848bbcc&tab=core&_cview=1)
 
Place of Performance
Address: See Statement of work, United States
 
Record
SN01661616-W 20080907/080905223156-410e377c8ab840f980b1d70d58449c64 (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.