Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

70 -- HP AIT CLEANING CARTRIDGE

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0531
 
Response Due
8/3/2009
 
Archive Date
9/3/2009
 
Point of Contact
CHARLES (FLETCH) FLETCHER II 619-532-2658
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Standard Industrial Code 5045 and Federal Supply Class 7035. This is an All or None, Brand Name offer. The agency need of the following requirements: HP PARTS LIST PART NUMBERDESCRIPTIONQUANTITYQ1996AHP AIT Cleaning Cartridge1Q1999AHP AIT-3 200GB Data Cartridge5GV537AA#ABAHP w17e 17-inch Widescreen LCD Monitor 3445209-B21Red Hat Enterprise Linux 1-2 Sockets 9x5 Std 1 Year Red Hat Network No Media SW1See Part Numbers below for this itemConfigurable - HP Pro Liant ML370 G5 Tower Server3400607-B21Product-HP ProLiant ML370 G5 Tower Server458414-L21Processor-Quad-Core Intel Xeon E5430 (2.66GHz, 1333MHz, FSB, 60W) Processor458414-B212nd Processor-Quad-Core Intel Xeon E5430 (2.66 GHz, 1333MHz FSB, 80W) Processor 397411-8GBMemory-HP 8GB Fully Buffered DIMM PC2-5300 8X1GB Memory403766-B21Additional memory board - ML370 G5 Memory Board Kit 431935-B211st hard drive-HP 72GB Hot Plug 2.5 SAS 15,000 rpm Hard Drive431935-B212nd hard drive - HP 72GB Hot Plug 2.5 SAS 15,000 rpm Hard Drive431935-B213rd hard drive - HP 72GB Hot Plug 2.5 SAS 15,000 rpm Hard Drive431935-B214th hard drive - HP 72GB Hot Plug 2.5 SAS 15,000 rpm Hard Drive431935-B215th hard drive - HP 72GB Hot Plug 2.5 SAS 15,000 rpm Hard Drive431935-B216th hard drive - HP 72GB Hot Plug 2.5 SAS 15,000 rpm Hard Drive431935-B217th hard drive - HP 72GB Hot Plug 2.5 SAS 15,000 rpm Hard Drive431935-B218th hard drive - HP 72GB Hot Plug 2.5 SAS 15,000 rpm Hard Drive339780-B21RAID setting-RAID 5 drive set with online spare (requires matching 4 hard drives)411064-B21Storage controller-HP Smart Array P400/512 PCle BBWC Controller412911-B21Additional controllers & adapters - HP Single Channel U320 PCI Express HBA - Low Profile. Power supply - HP 1000-W Hot Plug Power Supply399771-001Redundant power supply - HP 1000-W Redundant Hot-Plug Power Supply (NEMA ). Fan-Three hot-plug fans standard400693-B21Redundant fan options - Hot Plug Redundant Fan Kit Network card - Dual embedded NC373i Multifunction Gigabit Network Adapters383974-B21Multimedia Bay 1 - HP DVD+RW 16X Drive Server management - integrated Lights Out 2 (iLO2) Standard ManagementWarranty - 3 years parts, labor and onsite service (3/3/3) standard warranty. Certain restrictions and exclusions apply. The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008); FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.219-9 Small Business Subcontracting Plan (Apr 2008), Alternate II (Oct 2001); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers w! ith Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-1 Buy American Act-Supplies (June 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) and N00244L332 Unit Prices. DFARS 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 P.M. PST, Monday, 03 Aug 2009 and will be accepted via Fax (619) 532-1088, Attn: Charles E. Fletcher II or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.htmlDFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024409T0531/listing.html)
 
Place of Performance
Address: 2841 Rendova Road, San Diego, CA<br />
Zip Code: 92155<br />
 
Record
SN01883283-W 20090724/090722235010-55823605567f27d5f974d1c644efdab1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.