Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

70 -- Sun Microsystems Spares i.e. M5000, 6140, 6180, CSM200, T5240, V1280, 3510, 3510 JBOD, V480, V490, V890, 3310, 3310 JBOD, T5220 and CSM100 STORAGE ARRAYS and associated components

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010410QQT08
 
Response Due
8/17/2010
 
Archive Date
9/1/2010
 
Point of Contact
David Setters 717-605-7329
 
E-Mail Address
david.setters@navy.mil
(david.setters@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is for Sun Microsystems/Oracle 6180 Storage Array hardware in support of the U.S. Navy Space & Naval Warfare Systems Center San Diego (SPAWAR) C4ISR program office in Phila, PA 19111. This hardware is intended for their Imagery Product Library (IPL) program. Only resellers listed as Sun Authorized Government Channel Partners (http://www.sun.com/aboutsun/sunfederal/partners.jsp) will be considered. Only brand specific hardware is acceptable (See Brand Name Specific Justification & Approval). All items must be new condition. No used or refurbs and no part number substitutions will be acceptable. Field technicians providing warranty service onsite must be U.S. citizens. Delivery is to SPAWAR-Phila 19111, within 14 days after receipt of order. This acquisition is being issued in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. 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; price quotes are being requested and a written solicitation will not be issued. The solicitation number is N00104-10-Q-QT08, which is a Request For Quotation (RFQ). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-08. The North American Industry Classification System (NAICS) Code is 334112. The government intends to solicit quotes and award a contract to a Sun Microsystems authorized small business reseller only. Only those quotes meeting the following criteria will be considered; All or nothing, New condition only, absolutely no refurbished or used parts, no part number substitutions, authorized Sun reseller, small business designation and current Central Contractor Registration. This requirement is for Sun Microsystems M5000, 6140, 6180, CSM200, T5240, V1280, 3510, 3510 JBOD, V480, V490, V890, 3310, 3310 JBOD, T5220 and CSM100 STORAGE ARRAYS and associated components (see attached Government Requirement List) in support of the U.S. Navy Space and Naval Warfare Center (SPAWAR)- Philadelphia C4ISR Program Office's Image Product Library (IPL). The SPAWAR-Phila C4ISR (Command & Control, Communications, Computers, Intelligence Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance) Programs Office is the primary hardware manager, integrator and depot support office for the National Geospatial-Intelligence Agency [NGA]. The IPL program is a NGA sponsored asset. The required delivery is within 30 days of contract award. Delivery is to Space and Naval Warfare Systems Center, San Diego C4ISR Programs Office, 700 Robbins Ave., Bldg 7D, NAVICP, Philadelphia, PA 19111-5098. Inspection and acceptance are Govt location. FOB Destination. The following FAR Subpart 12 provisions and clauses are incorporated by reference: Time of Delivery. (6/97); FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the lowest priced technically acceptable offer. Technical acceptability will be based on the Offerors ability to provide the required items within the specified delivery time.]; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I (Offerors must submit a completed copy of the Representations and Certifications with their offer); 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, (a), (b)(1), (5), (7), (11-16), (21), (24), (d) and (e). Quotes must be received by no later than 11:45 PM EST, 17 Aug 2010 and shall be emailed to david.setters@navy.mil (any attachments should be in Word, Rich Text Format, or PDF) and must not exceed 2MB. For information regarding this synopsis/solicitation, email david.setters@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010410QQT08/listing.html)
 
Record
SN02238480-W 20100814/100812235351-718a8d3a27fc6d0c75b8165ee376c6d8 (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.