Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
DOCUMENT

70 -- Hardware and Maintenance Support for Sun Servers - Scope of Work and List of Hardware Components

Notice Date
9/9/2008
 
Notice Type
Scope of Work and List of Hardware Components
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Office of Federal Housing Enterprise Oversight, Office of Finance and Administration, Procurement Office, 1700 G Street, NW, 4th Floor, Washington, District of Columbia, 20552
 
ZIP Code
20552
 
Solicitation Number
OFHEO-08-R-0009
 
Archive Date
10/1/2008
 
Point of Contact
Janice L. Uthe, Phone: (202) 414-8974
 
E-Mail Address
janice.uthe@ofheo.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; proposals are being requested and a written solicitation will not be issued. The solicitation number is OFHEO-08-R-0009 and is issued as a Request for Proposal (RFP). The associated North American Industrial Classification System (NAICS) code for this procurement is 811212 with a small business size standard of $23 million. This requirement is a small business set-aside, and only qualified offerors may submit proposals. It is anticipated that only one award will result from this solicitation via the issuance of a firm fixed-price commercial contract. All interested contractors shall provide a proposal as set forth below. Description of Services/Scope of Work: The Office of Federal Housing Oversight (OFHEO) has a requirement to renew an existing hardware and software maintenance support contract for the Agency's Sun Microsystems SunFire E25K server and other Sun-branded components. The complete scope of work and the list of the hardware components are attached to this notice. Period of Performance: The period of performance is from date of award for one year with four one-year options. Terms and Conditions: This solicitation incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2005-26, effective June 12, 2008. Provision FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) and addendum are incorporated into this solicitation. Addendum to 52.212-1, Modify: (b) Submission of offer(s) is to read as follows: "Submit offers electronically to janice.uthe@ofheo.gov". Provision 52.212-2, Evaluation-Commercial Items (Jan 1999) is incorporated by reference with the following insert under (a): "The following factors, which are in descending order of importance, shall be used to evaluate offers: (a) An acceptable record of past performance in providing hardware and software maintenance for SunFire E25K servers that meets the minimum requirements outlined in the scope of work and (b) Price." Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2008) is incorporated. Offerors shall either submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer or ensure that they are current in Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov/. Clauses 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2007) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2008), apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 1) 52.203-6, Restrictions on Subcontractor Sales to the Government; 2) 52.219-6, Notice of Total Small Business Set-Aside; 3) 52.219-8 Utilization of Small Business Concerns; 4) 52.219-14, Limitations on Subcontracting; 5) 52.219-28, Post Award Small Business Program Rerepresentation; 6) 52.222-3, Convict Labor; 7) 52.222-21, Prohibition of Segregated Facilities; 8) 52.222-26, Equal Opportunity; 9) 52.222-35, Equal Opportunity for Special Disabled Veterans; 10) 52.222-36, Affirmative Action for Works with Disabilities; 11) 52.222-37, Employment Reports on Special Disabled Veterans; 12) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues; 13) 52.222-50, Combating Trafficking in Persons; 14) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements; 15) 52.225-13, Restrictions on Certain Foreign Purchases; and 16) 52.232-26, Payment by Third Party. The following additional clauses also apply to this solicitation: FAR 52.217-8, Option to Extend Services (Nov 1999) (insert 15 days); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (first insert: 15 days; second insert: 30 days; third insert: 60 months). Full text of the FAR provisions and clauses can be found at: http://www.acqnet.gov/far. Central Contractor Registration (CCR): Prospective awardee shall be registered in the CCR database prior to award. Further information on CCR registration can be obtained at the following website: http://www.ccr.gov/. Solicitation Instructions: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) applies to this acquisition as well as addenda described below: A. Proposals shall consist of the following: 1. A cover letter that (a) identifies the solicitation number; (b) the time specified for receipt of offers; (c) the name, address, and telephone number of the offeror; (d) remit to address, if different than mailing address; (e) acknowledgement of solicitation and amendments (if applicable); (f) assertion of the offeror's acceptance of the terms and conditions contained in the solicitation; and (g) offeror's Tax Identification Number and Data Universal Numbering System (DUNS) Number. 2. A completed pricing schedule identifying the proposed price for each of the items on the hardware list of components for the Base Period and each of the option years. Prices shall be proposed on a firm fixed-price basis, FOB destination. Also the offeror shall include all pricing as set forth in the attachment. 3. The offeror shall include in its proposal information in sufficient detail to support meeting the minimum requirements identified in the Scope of Work. 4. Representations and Certifications. Offerors shall either submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or ensure that they are current in Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov/. 5. Questions about the solicitation shall be submitted via e-mail by September 12, 2008, at 10:00 a.m. EDT to Janice Uthe at janice.uthe@ofheo.gov. 6. Proposals are due no later than September 16, 2008, 2:00 P.M. Eastern Daylight Savings Time. Proposals shall be submitted electronically via e-mail to janice.uthe@ofheo.gov. Late submissions will not be considered. 7. All future information regarding this solicitation, including amendments, will be distributed solely through Federal Business Opportunities website at www.fbo.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this solicitation. No telephone or facsimile requests for the solicitation will be accepted. Place of Performance: OFHEO 1700 G Street, N.W. Washington, DC 20552 Primary Point of Contact: Janice L. Uthe Contracting Officer Janice.uthe@ofheo.gov Phone: (202) 414-8974
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=61d5101012408732a3cdd8604d19ae60&tab=core&_cview=1)
 
Document(s)
Scope of Work and List of Hardware Components
 
File Name: Scope of Work and List of Hardware Components (hppscan47.pdf)
Link: https://www.fbo.gov//utils/view?id=0f8c0aa963da1c00ec08f91b0cd844f5
Bytes: 861.67 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1700 G Street, N.W., Washington, District of Columbia, 20552, United States
Zip Code: 20552
 
Record
SN01664734-W 20080911/080909222620-61d5101012408732a3cdd8604d19ae60 (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.