Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
MODIFICATION

70 -- GCCS Training Suite Renovation

Notice Date
8/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-09-EH-0021
 
Archive Date
9/16/2009
 
Point of Contact
Elijah G. Horner, Phone: 7577642920
 
E-Mail Address
elijah.horner@langley.af.mil
(elijah.horner@langley.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for FA4800-09-EH-0021. This is a brand name solicitation for Vmware, Sun, and NetApp equipment and a justification document has been approved and is attached to this solicitation.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. This acquisition is 100% set-aside for Service Diasbled Veterned Owned Small Businesses. The associated NAICS code is 423430 with a 500 employee size standard. This RFQ contains 16 line item. The line item descriptions are as follows: CLIN 0001: Vmware Infrastructure Foundation for 2 Processors Mrf: Vmware; Qty: 3; PN: VI-FND-GOV CLIN 0002: Gold Support/Subscription for VMware Infrastructure Foundation for 2 Processors Mrf: Vmware; Qty: 3; PN: VI-G-SSS-GOV CLIN 0003: Vmware View Manager 3 Stanalone Liscensed for 10 Desktop Connections Mrf: Vmware; Qty: 3; PN: VDM3-ENT-10-GOV CLIN 0004: Gold Support/Subscription for Vmware View Manager Standalone Mrf: Vmware; Qty: 3; PN: VDM3-ENT-10-G-SSS-GOV CLIN 0005: StorageTek PCIe SAS RAID Host Bus Adapter (T5240's) Mrf: Sun; Qty: 6; PN: SGXPCIESAS-R-INT-Z CLIN 0006: Internal SAS Cable Kit (T5240) Mrf: Sun; Qty: 12; PN: SEUX9SA2Z CLIN 0007: 146 GB 10000 RPM 2.5 In. SAS Disk Drive Mrf: Sun; Qty: 28; PN: SESX3C11Z CLIN 0008: Sun StorageTek LTO Universal Cleaning Cartridge Mrf: Sun; Qty: 1; PN: M-LTOCL-5PK-UNLBL CLIN 0009: Sun StorageTek - 20 x LTO Ultrium 3 - 400GB/800GB Mrf: Sun; Qty: 2; PN: M-LTO3-LBPK-UNLBL CLIN 0010: Sun Fibre Channel Cable LC to LC 49 ft. Fiber Optic Mrf: Sun Qty: 1; PN: X9834A-Z CLIN 0011: Paragon II CIM for USB-Sun Mrf: Raritan Qty: 2; PN: P2CIM-AUSB CLIN 0012: DS14MK4 Shelf, ACPS, 14 x 450 GB, 15K HDD Mrf: NetAPP Qty: 1; PN: X54015A-ESH4-R5-C CLIN 0013: Rackmount Kit, 4N2, DS14-Middle, -C, R6 Mrf: NetAPP Qty: 1; PN: X5515A-R6-C CLIN 0014: Cable, Patch, FC SFP to SFP, 0.5M, -C, R6 Power Cable North America Mrf: NetAPP Qty: 2; PN: X6530-R6-C/X800E-R6-C CLIN 0015: SE Secure, 7X24, 4HR Parts Delivery Mrf: NetAPP Qty: 1; PN: CS-SEC-4D CLIN 0016: Full, Turn-key Renovation/Modernization of GCCS Training Suite in Building 25 on Langley AFB IAW attached Statement of Work. End Item Description: FOB point is Destination. All suppliers must be certified partners and parts must be new, not refurbished or used. A Site Visit will be held in the Training Suite for the renovation/modernization CLIN on Thursday 27 August 2009 (time will be updated at a later date). PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. FAR 52.212-3 applies to this acquisition, requiring all offers to be registered in ORCA.bpn.gov, or to fill out the clause in its entirety. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.204-7, Central Contractor Registration, FAR 52.219-27, Notice of total Service-Disabled Veteran-Owned Small Business Set Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations in Clauses. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report. The following AFFARS clause cited is applicable to this solicitation: 5352.201-9101 Ombudsman. Organizational Conflict of Interest - The Federal Acquisition Regulation (FAR) Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Offerors will notify the PCO in writing within 5 days of receipt of the RFQ regarding any actual/potential OCI and provide applicable mitigation plans. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil All proposals must be faxed or emailed to POC 2d Lt Elijah Horner, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award of this requirement will be based on the Contracting Officer's Best Value Determination. This determination will be obtained by evaluating the three equally-weighted criteria: 1) Technical, 2) Past Performance, and 3) Price. Technical acceptibility will be based on the Contractors ability to fulfill the requirement as stated in the Statement of Objectives (SOO). Past Performance acceptibilty will be determined by reviewing past performance on similar type of work within the past thirty-six (36) months. A Site Visit will be held in the Training Suite for the renovation/modernization CLIN on Wednesday 26 August 2009 at 1330. Contact the POC if you plan on attending prior to 1100 that Wednesday. Quotes must be signed, dated and submitted by 1 Sep 2009, 11:00 am, Eastern Standard Time (EST) to the 1st Contracting Squadron Attn: 2Lt Elijah Horner Contract Administrator, Commercial Phone 757-764-2920, E-mail: Elijah.horner@langley.af.mil, Fax Number 757-225-7443 or Contracting Officer Patricia Ward, Commercial Phone 757-764-9059, E-mail: patricia.ward@langley.af.mil. All Contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (If applicable), Date offer expires, warranty, Line Item Unit Price, and Total Cost.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-09-EH-0021/listing.html)
 
Place of Performance
Address: LangleyAFB, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01925513-W 20090827/090826000543-97b23bec7bd8d61dd683286ddd3b03a0 (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.