Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
MODIFICATION

70 -- MacBook Pros & XServe

Notice Date
8/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NRMAG000-10-19478DG
 
Archive Date
9/4/2010
 
Point of Contact
Dena Grose, Phone: 405 325-6513
 
E-Mail Address
dena.grose@noaa.gov
(dena.grose@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
(I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMAG000-10-19478DG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. (IV) This solicitation will be set aside for small business if sources are available. The associated NAICS code is 423430. The small business size standard is 100 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 01: Two (2) each Apple Mac Pro 8-Core configured as follows: Two 2.4GHz Quad-Core Intel Xeon "Westmere" processors for a total of 8 processor cores 6GB (6x1GB) 1066MHz DDR3 ECC SDRAM Memory Hard Drive - Bay 1: 1TB 7200-rpm Serial ATA 3Gb/s drive Hard Drive - Bay 2: 1TB 7200-rpm Serial ATA 3Gb/s drive Hard Drive - Bay 3: 2TB 7200-rpm Serial ATA 3Gb/s drive Hard Drive - Bay 4: 2TB 7200-rpm Serial ATA 3Gb/s drive ATI Radeon HD 5879 1GB Graphics Card One 18x SuperDrive Optical Drive Apple Mouse Apple Keyboard with Numeric Keypad (English) and User's Guide Wireless Options: Airport Extreme Wi-Fi Card with 802.11n CLIN 02: Two (2) each 24" flat panel Apple LED Cinema Display CLIN 03: Two (2) each AppleCare Protection Plan for Mac Pro CLIN 04: One (1) each XServe 8-Core configured as follows: Two 2.26GHz Quad-Core Intel Xeon Processors 12GB (6x2GB Memory) On-board SATA/SAS Controller Hard Drive Bays 1 & 2: 160GB Serial ATA ADM @ 7200-rpm Dual-channel 4Gb-Fibre Channel card Dual 750W Power Supply Rack Mounting Kit - Square Hole Rack CLIN 05: AppleCare Premium Service and Support Plan for XServe - Auto Enroll (VI) All equipment must be new; no refurbished equipment will be accepted. (VII) Required delivery 30 days ARO. Place of delivery is National Severe Storms Laboratory, 120 David L. Boren Blvd., Norman, Oklahoma, 73072. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors proposing an "equal" product are instructed to provide the brand name of the "equal" product, including manufacturer, model number and documentation of "equal" capabilities. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is herby completed as follows: Award will be made to Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the follow evaluation criteria: 1) Technical Compatibility, 2) Price, and (4) Delivery. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), 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 http://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) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (16) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2). (17) 52.222-3, Convict Labor (June 2008) (E.O. 11755). (18) 52.222-19, Child Labor-Cooperation with Authorities and Representation (June 2007) (15 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (29) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2212 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (32) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph © apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http:www.arnet.gov The following other terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) (XIV) As prescribed in 48 CFR 1301.602-170, Contracting Officer's Authority (Apr 2010) - The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XVI) The Government intends to award a firm-fixed-price order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 1:00 P.M. CDT on August 20, 2010. All quotes must be faxed or emailed to the attention of Dena Grose. The fax number is (405) 325-1889 and email address is Dena.Grose@noaa.gov. (XVII) Any questions regarding this solicitation should be directed to Dena Grose, (405) 325-6513, Dena.Grose@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NRMAG000-10-19478DG/listing.html)
 
Place of Performance
Address: National Severe Storms Laboratory, 120 David L Boren Blvd, Norman, Oklahoma, 73072, United States
Zip Code: 73072
 
Record
SN02241917-W 20100818/100816234933-f9f0b28c12dcf3c54fd54633be5c2741 (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.