Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOLICITATION NOTICE

70 -- EMC, Service, and Support - Biosense

Notice Date
12/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 W. Peachtree Street, Suite 2700, Atlanta, GA 30308
 
ZIP Code
30308
 
Solicitation Number
4QAF75089405-A01
 
Response Due
1/6/2009
 
Archive Date
7/5/2009
 
Point of Contact
Name: Sherri Blake, Title: Contract Specialist , Phone: 404-331-0458, Fax: 404.331.6130
 
E-Mail Address
sherri.blake@gsa.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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 4QAF75089405-A01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-01-06 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Atlanta, GA 30345 The GSA FTS Region 4 requires the following items, Exact Match Only, to the following: LI 001, REINSTATEMENT FEE FOR SUPPORT, 1, EA; LI 002, MC5345016030078MP-1620M-ENENT EXPANDED FUNCT, 1, EA; LI 003, MC5345016030077MP-1620M-ENENT EXPANDED FUNCT, 1, EA; LI 004, SW6295511071MP-1620M-MGRENT MGR SW MP-1620M, 1, EA; LI 005, MC5345016030079MP-1620M-ENENT EXPANDED FUNCT, 1, EA; LI 006, MC5345016030080MP-1620M-ENENT EXPANDED FUNCT, 1, EA; LI 007, SW6295511070MP-1620M-MGRENT MGR SW MP-1620M, 1, EA; LI 008, 02CL520A0005096CC-SYMGR-BASESYMM MGR BASE LICENSE, 1, EA; LI 009, CC-SYMGR-CC05SYMM MGR 1TB (61*100TB), 74, EA; LI 010, SRDF-S-BASESRDF-S BASE LICENSE, 1, EA; LI 011, SRDF-S-C05SRDF-S 1TB (61-100TB), 74, EA; LI 012, TF-CG BASE TF-CG BASE LICENSE, 1, EA; LI 013, TF-CG-C05TF-CG 1TB(61-100TB), 74, EA; LI 014, TF-M-BASETF-M BASR LICENSE, 1, EA; LI 015, TF-M-C05TF-M 1TB(61-100TB), 74, EA; LI 016, TF-SNAP-BASETF-SNAP-BASE LICENSE, 1, EA; LI 017, TF-SNAP-C05TF-SNAP 1TB (61-100TB), 1, EA; LI 018, MC504AW80701000249EM-1008CTX MGR VERSION 8, 1, EA; LI 019, MC5EM255209804PM-ED140MPRODUCT MGR FOR ED-140M, 1, EA; LI 020, MC5EM254995944PM-ED140MPRODUCT MGR FOR ED-140M, 1, EA; LI 021, MC504AW80701000322EM-1008CTX MGR VERSION 8, 1, EA; LI 022, MC5EM255055926PM-ED140MPRODUCT MGR FOR ED-140M, 1, EA; LI 023, MC5EM255158694PM-ED140MPRODUCT MGR FOR ED-140M, 1, EA; LI 024, REINSTATEMENT FEE FOR SUPPORT, 1, EA; LI 025, 05DQA0200000617CNRCELICCENTERA COMP ED RTU, 1, EA; LI 026, REINSTATEMENT FEE FOR SUPPORT, 1, EA; LI 027, 03HA000A0100412STS-KEYSTS ICM LIC KEY, 1, EA; LI 028, 03HB000A0100145ARM-KEYARM ICM LIC KEY, 1, EA; LI 029, 03HD000A0100424SANM-KEYSANM ICM LIC KEY, 1, EA; LI 030, 03HD000A0100423SANM-KEYSANM ICM LIC KEY, 1, EA; LI 031, 02CA520B0003023CC-OIC-KITCC5.X OPN INTG CMPNTS KIT, 1, EA; LI 032, PP-CPU-T04PP-CPU-T04PP ICM AT LEAST 400 CPUS, 184, EA; LI 033, PFM-CAPM-T09PFM-CAPM-T09PFM ICM AT LEAST 400TB, 123, EA; LI 034, 02CA520B0002957CC-OIC-KITCC5.X OPN INTG CMPNTS KIT, 1, EA; LI 035, 03HA000A0100413STS-KEYSTS ICM LIC KEY, 1, EA; LI 036, STS-CAPM-T09STS ICM AT LEAST 400TB, 123, EA; LI 037, 03HF00A01002751PP-CPU-KEYPP ICM LIC KEY, 1, EA; LI 038, 03HF00A01002634PP-CPU-KEYPP ICM LIC KEY, 1, EA; LI 039, 02ES45000000097PP-SUM-KITPOWERPATH FOR SOLARIS KIT, 1, EA; LI 040, SANM-CAPM-T09SANM-CAPM-T09SANM ICM AT LEAST 400TB, 123, EA; LI 041, 03HB000A0100146ARM-KEYARM ICM LIC KEY, 1, EA; LI 042, 03MFA0100000091PFM-KEYPFM ICM LIC KEY, 1, EA; LI 043, 03MFA0100000090PFM-KEYPFM ICM LIC KEY, 1, EA; LI 044, ARM-CAPM-T09ARM-CAPM-T09ARM ICM AT LEAST 400TB, 123, EA; LI 045, 02CA520B0003021CC-OIC-KITCC5.X OPN INTG CMPNTS KIT, 1, EA; LI 046, 02CA520B0003114CC-OIC-KITCC5.X OPN INTG CMPNTS KIT, 1, EA; LI 047, 02CA520B0003059CC-OIC-KITCC5.X OPN INTG CMPNTS KIT, 1, EA; LI 048, 02CA520B0004468CC-OIC-KITCC5.X OPN INTG CMPNTS KIT, 1, EA; For this solicitation, GSA FTS Region 4 intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. GSA FTS Region 4 is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=60ea0d491ceafd8a9989f1fc955876d2&tab=core&_cview=1)
 
Place of Performance
Address: Atlanta, GA 30345<br />
Zip Code: 30345<br />
 
Record
SN01725316-W 20090101/081230214730-60ea0d491ceafd8a9989f1fc955876d2 (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.