Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

D -- COGENT archival software, hardware, fingerprint scanners, integration, configuration, installation, on-site support and training.

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060409T0168
 
Response Due
6/4/2009
 
Archive Date
6/19/2009
 
Point of Contact
Elaine Carmody 808-473-7531
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOLE SOURCE COMBINED SYNOPSIS/SOLICITATION to COGENT, INC, 639 N. Rosemead Blvd., Pasadena, CA., 91107-2147 for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-09-T-0168. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-32 and DFARS Change Notice 20090528. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet!.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334119 and the Small Business Standard is 1000 employees. This is a 100% set aside for small business concerns. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet and Industrial Supply Center, Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001: 1 EACH, COGENT ARCHIVAL SERVER SOFTWARE AND TRANSACTION MANAGER: TENPRINT IMAGE PROCESS, DATABASE STORAGE, FBI CERTIFIED COMPRESSION. CLIN 0002: 1 EACH, 1 QUAD CORE INTEL XEON PROCESSORS, 4 GIG MEMORY, 600 GB RAID 5 HD, 10/100/1000 BT NETWORK INTERFACE CARD, TAPE DRIVE 19 INCH COLOR MONITOR, KEYBOARD, MOUSE US ROBOTIC 56K EXT MODEM APC SMART-UPS 1000 48X CD RE-WRITABLE DRIVE (SIZED TO SUPPORT THE STORAGE OF 500,000 FINGERPRINT CARDS) CLIN 0003: 2 EACH, CAFIS CLIENT WORKSTATION CAFIS CLIENT SOFTWARE, INTEL CORE 2 DUO CPU 1.86GHZ/1066 1 GB DDRS-667, 160 GB SATA, 10/100/1000 BT NETWORK INTERFACE CARD, 19 INCH COLOR MONITOR, KEYBOARD, AND MOUSE, APC SMART-UPS CLIN 0004: 2 EACH, FBI CERTIFIED FINGERPRINT CARD SCANNER WITH AUTOFEED. CLIN 0005: 1 EACH, NETWORK COMPONENT TO ALLOW EXTERNAL DATA BASE COMMUNICATION CLIN 0006: 1 EACH, SYSTEM ONSITE TO PROVIDE SUPPORT OF THE INSTALLATION, ASSISTANCE IN THE INTERFACE IMPLEMENTATION, TRAINING (2 DAYS) The following factors will be used to evaluate offers: (1) Technically acceptable; (1) Price, award will be made to the low cost, technically acceptable responsible offeror. The Delivery is 30 June 2009; Delivery Location is Director, Joint Interagency Task Force West, Camp Smith, HI 96861-4033. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including:52.203-3, 52.203-6, 52.219-6, 52.219-8, 52.219-14,, 52.219-28, 52.222-3, 52.222-19,, 52.222-21, 52.222-26, 52.222-35,52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.232-33, 52.239-1, 52.247-64 Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including:252.203-7003, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, 252.211-7003, 252.232-7010, 252.246-7003 NBZ L001 UNIT PRICES (FISC PH 2008) Contractor's unit prices, when incorporated into a Government Contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA. This announcement will close at 6/4/09 on 10:00 AM Hawaii Standard Time. Contact Elaine Carmody who can be reached at (808) 473-7531 or email elaine.carmody @navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060409T0168/listing.html)
 
Place of Performance
Address: Joint Interagency Task Force West, Camp Smith, HI<br />
Zip Code: 96861<br />
 
Record
SN01831887-W 20090603/090601234323-710547c3e0afaa5da46bba14413181a9 (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.