Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

70 -- LANCELOT 3866-TR2 SYSTEMS

Notice Date
5/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133E-09-RQ0918(GJB)
 
Archive Date
5/20/2009
 
Point of Contact
Georgia J. Barrett,, Phone: 301-713-0838, EXT 133, Sandra K. Souders,, Phone: 3017130820141
 
E-Mail Address
jean.barrett@noaa.gov, Sandra.K.Souders@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, 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. Solicitation number DG133E-09-RQ0918(GJB). This solicitation is set aside exclusively for small business concerns. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-32. NAICS number 541512. Business Size Standard is $25.0 Million. The solicitation document incorporated the Statement of Work, provisions and clauses. The Government intents to award a Firm Fixed Price order full and open competition or best value to the Government. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; and Unsatisfactory (U) - Not acceptable, not adequate to carry out. Statement of Work 3 each of System: Lancelot 3866-TR2 ASUS DSBF-DE Xeon board, Intel 5000P (Blackford)3xPCI Express x8, 1xPCI Express x16, 2x133mhz PCI-X Two onboard Intel Gigabit Ethernet Server adapters 2 x Intel 4-core Xeon Model E5450 (Harpertown) 3.00GHz, 1333mhz FSB, 6M+6M L2 cache, 80W;12GB DDR2-667 ECC FB-DIMM (2GBx6) 1 x Seagate Barracuda ES.2 ST3250310NS, 250GB, 7200rpm, SATA II, 32MB cache 1 x Seagate Barracuda ES.2 ST3250310NS, 250GB, 7200rpm, SATA II,32MB cache 3Ware Escalade 9650SE-8LPML SATA II PCI-E x4 RAID controller, 8-ports ASUS DRW-22B1S 22xDVD+-R,8xDVD+RW, 6xDVD-RW,12xDVD+R DL,4x DVD-RL,48xCDR,32xCDRW,48xCDROM,16xDVDROM, ATAPI, 2MB, Black (bare drive) Onboard ATI ES1000 VGA with 32M video ram, Single Head ASL 3U Rack,SATA backplane,8xhotswap HD, 1x3.5in ext,2x5.25in ext,760W triple redundant and hotswap power supply,BBU 9650SX01),IPMI (ASMB3-SOL)Built-in 1.44MB floppy drive, Black Keytronic Standard 104-Key Keyboard and Logitech Optical Wheel Mouse,Black Centos 5.2 (x86/64-bit) based on Red Hat Enterprise Linux 5 Update 2, DVD, no manuals 3 Year Limited Warranty on parts and labor 1 x View sonic VP2250wb 21.6in LCD,170H-View,170V-View,1680x1050,1xDVI-D,1xDB-15. The Government reserves the right to award without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the required information for evaluation may render the offer non-responsive. The provisions and clauses may be downloaded at http://arnet.gov.far. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses : - Commercial Items, applies to this acquisition; FAR 52.219-6, Notice of Total Small Business Set-Aside: FAR 52.204-7, Central Contractor Registration; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41 Service Contract Act of 1965, As Amended. 52.227-14 Rights in Data General (Jun 1987). The FAR provisions and clauses may be downloaded at http://www.farsite.hill.af.mil/vffara.htm. The following Department of Commerce provisions and clauses apply to this acquisition: 1352.231-70, Duplication of Effort; 1352.233-70, Harmless from Liability; 1352.209-73 Compliance with the Laws; 1352.208-70, Printing; 1352.252-70, Regulatory Notice; 1352.209-71, Organizational Conflict of Interest; Security Requirement Information Technology Resources. 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DOC site (low and moderate risk contracts); Complete 1352.239.74 (OCT 2003) Security Requirement Information Technology Resources. Interested contractors are invited to provide a written and electronic response to be received no later than May 15, 2009 no later than 10:00am eastern standard time addressed to G. Jean Barrett, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7504, Silver Spring, Maryland 20910, Jean.Barrett@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to ten (10) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, Firm Fixed Price for the required event planning services. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. Questions must be submitted in writing electronically via e-mail to Jean.Barrett@noaa.gov no later than May 8, 2009, @ 10:0am Eastern Standard time. The Government shall not be liable for any costs incurred in response to this request. Reference RFQ # DG133E-09-RQ0918(GJB).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3f0c68944728130c23217fbe8cf56f72&tab=core&_cview=1)
 
Place of Performance
Address: 5200 AUTH ROAD, CAMP SPRINGS, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN01809977-W 20090507/090505222604-3f0c68944728130c23217fbe8cf56f72 (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.