Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOLICITATION NOTICE

70 -- Automactic Data processing Equipment (Firmware, Software, Supplies).

Notice Date
4/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017810R3021
 
Response Due
4/30/2010
 
Archive Date
6/30/2010
 
Point of Contact
Diane McCauley 540-653-4376 Diane McCauley,Voice: 540-653-4376,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. NSWCDD intends to purchase on a sole source basis architecture from 3 PAR. Authorized resellers may submit a proposal and shall certify that it is a 3PAR Authorized Reseller as of the date of the submission of its offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. FAR Subpart 13.5 will be used. This solicitation, number N00178-10-R-3021, is issued as a Request for Proposal (RFP). This solicitation document with incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-37, effective 10/14/2009 and DFARS Change Notice 20091123. The NAICS Code associated with this procurement is 541512 with a size standard of $23.0 millions of dollars. The Naval Surface Warfare Center, Dahlgren Division, intends to procure the following items: DESCRIPTION: PartNumberDescriptionQTYCLIN 0001980-0037 4-PORT FIBRE CHANNEL ADAPTER (4 GBIT) 6CLIN 0002980-200007 INSERV T800 BASE CONFIGURATION 1CLIN 0003980-200009 4GB CONTROL CACHE (2 X 2GB DIMMS) 2CLIN 0004980-200010 6GB DATA CACHE (3 X 2GB DIMMS) 4CLIN 0005981-200004 DRIVE CHASSIS (40-DISK, 4 GBIT/S) 4CLIN 0006981-200024 4 X 450GB DRIVE MAGAZINE (15K RPM, 4 GBIT/S) 16CLIN 0007982-0011 50M FIBER CABLE 62.5/125 (LC-LC) 16CLIN 0008982-0014 REGIONAL KIT,NORTH AMERICA 1CLIN 0009982-200000 2M FIBER CABLE 50/125 (LC-LC) 8CLIN 0010985-0001SERVICE PROCESSOR1CLIN 0011987-0035 THIN PROVISIONING (1 TB LICENSE) 20CLIN 0012987-0085 SYSTEM REPORTER MEDIA KIT 1CLIN 0013987-200077 SYSTEM REPORTER (T800) LTU 1CLIN 0014987-200303 INFORM SUITE (T800) - 4 X 450GB 15K RPM MAGAZINE LTU 16CLIN 0015987-200309 DYNAMIC OPTIMIZATION (T800) - 4 X 450GB 15K RPM MAGAZINE LTU 16CLIN 0016987-200327 VIRTUAL COPY (T800) - 4 X 450GB 15K RPM MAGAZINE LTU 16CLIN 0017985-200028INSTALLATION AND SET-UP 2 NODES T-CLASS 1CLIN 0018985-200050 HW MAINT 24X7 4HR RESP, PRICE PER NODE FOR 2 NODES T-CLASS 2CLIN 0019985-200058 INFORM SUITE SW MAINT, PRICE PER NODE FOR 2 NODES T-CLASS (1 YR) 2CLIN 0020985-200070 VIRTUAL COPY SW MAINT, PRICE PER NODE FOR 2NODES T-CLASS (1 YR) 2CLIN 0021985-200076 SYSTEM REPORTER SW MAINT, PRICE PER SYSTEM T-CLASS (1 YR) 1 CLIN 0022985-200079 DYNAMIC OPTIMIZATION SW MAINT, PRICE PER NODEFOR 2 NODES T-CLASS (1 YR) 2CLIN 0023985-200513 DRIVE RETENTION SERVICE (3 YEARS) 1 WARRANTY: The offeror shall convey all standard manufacturer commercial warranties to the buyer. DELIVERY: All deliveries shall be inspected and accepted at the point of destination. The item shall be delivered in 30 days, FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 6220 Tisdale Road, Ste. 159, Dahlgren, VA 22448-5114. Provide an estimated time on the proposal (how many days, weeks etc.). Proposal must include all applicable shipping charges.INSTRUCTIONS: The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to FAR 52.212-1, Instructions to Offerors - Commercial Items: In order to maximize efficiency and minimize the time for proposal and capability evaluation, it is requested that the offeror submit a proposal in accordance with the format and content specified. The offeror shall demonstrate their technical understanding of the requirements of this contract by submitting information which may include but not be limited to existing product literature, brochures, etcetera that offers a product which will best meet the needs of the Government. This information shall provide complete specifications of the proposed system which will allow the Government to make this determination. A copy of the commercial warranty provisions shall also be provided. PRICE PROPOSAL: The Price Proposal shall reflect the following information as minimum: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list: (1) is regularly maintained, (2) is published or otherwise available for inspection by customers, and (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such articles are commercial items sold in substantial quantities to the general public, at the prices listed in the above-mentioned catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items being procured or similar items: date of sale; quantity; unit price; customer contract number; customer name/phone number. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. (e) Each CLIN should reflect the discounted price. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items with its offer. The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (June 2009) (Deviation) subparagraphs (a), (b) 1, 7, 14, 15, 16, 17, 18, 19, 20, 21, 23, 24, 32, (d), and (e); DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acqu! isitions of Commercial Items subparagraphs (a), (b) 252.225-7012, 252.227-7015, 252.243-7002, 252.247-7023, and (c). Additionally, DFARS Clause 252.211-7003, Item Identification and Valuation, will be included in the resultant contract. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. AWARD: The Government will award a Firm Fixed-Price contract to the responsible offeror whose offer conforms to the requirements of this RFP and is determined to be most advantageous to the Government based on price. The order shall be Firm Fixed Price. FOB Destination Dahlgren, VA shall apply. In order to be eligible for award, firms must be registered in the Central Contractor Registry (CCR). Offerors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the internet at http://www.ccr.gov. The solicitation number is N00178-10-R-3021 and is a request for proposal. All responsible sources may submit a proposal which shall be considered. A written request for proposals will not be issued as all items are identified in this synopsis. Proposal is due 04/30/2010, no later than 2 p.m. (local NSWCDD time) with an anticipated award date by 05/14/2010. Proposals may be submitted by email in Microsoft Word format to diane.mccauley@navy.mil or by fax to: (540) 653-6810. Email or fax should reference N00178-10-R-3021. Please note that defense payment offices may not make payment unless the contractor is established to receive electronic funds transfer (EFT). EFT payments are based on the contractors EFT information contained in the CCR database. 2. BAA _______________ 3. Amendment #: _______ Date: ______________Closing Data Changed to: _______ 4. Solicitation: Solicitation #: ________________ Issue Date: ________________ Close Date: ________________ 5. Award Synopsis: CLINS:_______________ Synopsis #: ________________________ (Reminder, don't delete synopsis or solicitation files for thirty day so that we can link the award to them). Contract #: ________________________ Contract Award Date: ________________ Award Amount: _____________________ Company Awarded To and Address: ___________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810R3021/listing.html)
 
Record
SN02127615-W 20100422/100420235844-85ad727267bf1894a0f62bc2021d1a42 (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.