Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

70 -- 70 - Disk2Disk Backup with Data Deduplication - Amendment 3

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-09-Q-0077
 
Archive Date
12/31/2009
 
Point of Contact
Tracy A Birch, Phone: 717-770-6613
 
E-Mail Address
tracy.birch@dla.mil
(tracy.birch@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0003. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 issued as a Request for Quote (RFQ), Solicitation Number SP3300-09-Q-0077. The Defense Distribution Center (DDC) has a requirement to purchase Data Domain or equivalent Disk2Disk Backup with Deduplication Appliances including hardware, software, licenses, installation, and five (5) years of software maintenance (See Attachment 1 Brand Name or equal specifications/salient characteristics). This acquisition unrestricted. The associated NAICS code is 334112, and the associated small business size standard is 1000 employees. See attached schedule of supplies for Contract Line Item Number (CLIN) identification. Delivery is required no later than 31 October 2009 to the Defense Distribution Depot Susquehanna (DDSP), Minimal Maintenance Plan, DDSP-OMB Base Supply, C Street, Bldg 203, Door 12, 5450 Carlisle Pike, Mechanicbsurg, PA 17055-0789. Offerors shall provide the unit price and total amount, inclusive of shipping costs (FOB Destination). This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-35. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.211-6 BRAND NAME OR EQUAL; FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERICAL ITEMS; FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS – COMMERCIAL ITEMS to include FAR 52.203-6 (ALT I), 52.219-25, 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, 52.225-13, 52.232-33, 52.239-1, and 52.247-64; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLETEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS to include FAR 52.203-3, DFARS 252.203-7000, 252.205-7000, 252.225-7012, 252.226-7001, 252.232-7003, 252.243-7002, and 252.247-7023; DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). These clauses may be viewed at http://farsite.hill.af.mil/ Additional required clauses other than those listed above may be included as Addenda on the award document. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS with the price quote or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a quote will render an offeror ineligible for award. The evaluation described at FAR 52.212-2 applies to this procurement. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation factors are stated in Attachment 2. Contractors must be capable of accepting electronic fund payments for this procurement. Payment under this contract will be made by DFAS Columbus. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. All questions and inquiries should be addressed via email to Tracy.Birch@dla.mil, RFQ Number SP3300-09-Q-0077. Prices, technical information, past performance information, and representations/certifications are required NLT 12:00pm eastern time on 17 September 2009. This information should be submitted to the above email address or faxed to (717)770-7591. Failure to submit all of the information requested by the solicitation may result in the offer being eliminated from consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-09-Q-0077/listing.html)
 
Place of Performance
Address: Defense Distribution Center (DDC) J6N, Bldg 54-2, M Avenue, Door 8, New Cumberland, Pennsylvania, 17070-5000, United States
Zip Code: 17070-5000
 
Record
SN01953694-W 20090916/090915000829-ac6f245ac13acd2b6fb3a19525eddb33 (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.