Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

70 -- Megaframe Cabinets

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R10PS80620
 
Response Due
8/6/2010
 
Archive Date
8/3/2011
 
Point of Contact
Courtney E. Willner Clerk 3034452033 cwillner@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION MEGAFRAME CABINETS & ACCESSORIES 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 and in accordance with the Simplified Acquisition Procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number #R10PS80620 being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, dated March 23, 2010. (iv) This solicitation is a total small business set-aside. The associated NAICS Code is 334112. The Small business size standard is set at 500 employees or less. (v) This combined synopsis/solicitation is for the following commercial item(s): CLIN 001: Brand name: Chatsworth Megraframe Cabinet #M1143-742; Quantity 5. CLIN 002:Brand name: Chatsworth Vertical Cabling Ring Manager #12465-706; Quantity 10. CLIN 003:Cyclades Alterpath PM-101-L30A IPDU #12466-706, Quantity 15.CLIN 004:KVM Over 10 Switch #DSR4030-001; Quantity 5. (vi) Description of requirements for the items to be acquired: CLIN 001: M-Series Megaframe Cabinet System made from aluminum. Manufactured by Chatsworth Products, Inc., 31425 Agoura Rd, Westlake village, CA 91361. CLIN 002: Megaframe Vertical Cabling Ring Section. Manufactured by Chatsworth Products, Inc., 31425 Agoura Rd, Westlake Village, CA 91361. CLIN 003: Cyclades Alterpath PM101-L30A IPDU #ATP3231-001. CLIN 004: KVM Over 10 Switch, DSR4030-001, Virtual media, 4 digital users, 1 local user, 16-system DVM over IP switch with rack-mount kit. (vii) Required delivery 10 days after receipt of order. Delivery shall be FOB Destination to Bureau of Reclamation, 6th & Kipling St., Denver Federal Center, Bldg 67, Entrance E-3, Denver CO 80225-0007. (viii) The following provisions are hereby incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial; (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, based on the following factors. Offers will be evaluated on:(1) Ability to meet the required delivery date of 10 days after receipt of order; quote shall include delivery date; (2) Ability to provide the lowest price quote meeting the technical requirement set forth above, quote shall include all pricing for all line items, including shipping; The Government reserves the right to make an award without discussion. The Government reserves the right to award on all or none basis. (x) The offeror must have submitted a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://orca.bpn.gov/. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) In accordance with 12.603(c)(2)(xii), the following FAR clauses are incorporated in this solicitation and any resultant contract through clause FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Alternate II: 52-219-6, Notice of Small Business Set Aside; 52-222-3, Convict Labor; 52-222-19, Child Labor; 52-222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52-225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act;52-232-33 Payment by Electronic Fund Transfer. (xiii) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these and any clauses may be accessed electronically at http://acquisition.gov/far/index.html. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 12:00 pm Mountain Standard Time, Friday, August 6, 2010, and must include the following: Company name, address phone numbers, DUNS number, CAGE code, itemized quote. Quotes shall be delivered via email to cwillner@usbr.gov (xvi) Any questions regarding this solicitation shall be directed to Courtney Willner; cwillner@usbr.gov or 303-445-2033. TECHNICAL FACTS SUPPORTING A REQUEST TO ENTER INTO AN ACQUISITION WHICH PRECLUDES CONSIDERATION OF A PRODUCT MANUFACTURED BY ANOTHER COMPANY (FAR 11.105)Instructions to Requestor: Prepare this document and include it as an attachment to the requisition. Requisition No. 10842111048Requestor:Doug Peterson Office Code:8421110Phone No.303-445-3343 Introduction: Pursuant to Federal Acquisition Regulation 11.105(c), the following data is furnished to the Contracting Officer to support the requisitioning office's request that the items/services identified on the above-mentioned requisition must be manufactured by a specific company. The requisitioning office understands that a contract may not be awarded on a specific manufacturer basis unless the Contracting Officer concurs with the reasons stated below. 1. Identification of Agency, Contracting Activity and Document. Bureau of Reclamation, Reclamation Service Center, Denver, Colorado 2. Nature and/or Description of Action Being Approved. Purchase of 5 computer racks with the KVM installed 3. Description of the Supplies or Services Required to Meet Agency's Need & the Estimated Value. M-series Mega-Frame Cabinet that will house 19 in equipment, it should be 78" table and 39" deep. IBM mounting rails and black with front and rear perforated Metal doors, fully assembled with casters. Front to back management with vertical cabling ring manager and horizontal cable mgmt tray CYCLADES ALTERPATH PM IPDU, Diglck electronic keypad lock with key 4. Unique Features of the Proposed Product. This rack will become the standard rack to purchase in the computer facilities for installation of new equipment in both Sacramento and Denver. The cooling requirements for the Data Center require all racks be uniform in manufacturing requirements. The Mega-Frame rack is the standard for Denver Data Center. 5. Evaluation of Other Potential Sources. a. Explain why this particular brand-name, product, or feature is essential to the Government's requirements. (List the salient characteristics) - The Chatsworth Mega-Frame brand of racks is required to match the existing racks in the Data Center, as this is what is currently installed. All racks need to be standardized and to meet the Greening and Cooling requirements for the Data Center. b. List other companies contacted and state the findings: (indicate whether or not the companies have a similar product, if their product lacks the particular feature, or does not meet, or cannot be modified, to meet the agency's needs) I hereby certify that the supporting data above, which is the responsibility of a Bureau of Reclamation requirements\technical personnel and forms basis for this justification, are complete and accurate to the best of my knowledge and belief. Certification by Requirements\Technical Personnel: Electronically signed by: Technical User's Signature ___Doug Peterson_____ Title ___Data Manager_ Date ___6/29/10__________ Concurrence by the Contracting Officer: Signature ___/s/ Attila Csoma_________________ Date 7/7/2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2698a650e47923c30fd210867d02ae03)
 
Place of Performance
Address: 6th & KiplingDenver Federal CenterBuilding 67, Entrance E-3, Room 165Denver, COAttn: 84-21110
Zip Code: 802250007
 
Record
SN02227679-W 20100805/100804000117-2698a650e47923c30fd210867d02ae03 (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.