Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
MODIFICATION

70 -- Firebird Workstation Lease #9

Notice Date
9/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
D-10-HQ-Q-0035
 
Archive Date
9/16/2010
 
Point of Contact
Chuck Spencer, Phone: 202-353-1286
 
E-Mail Address
vincent.c.spencer@usdoj.gov
(vincent.c.spencer@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Drug Enforcement Administration (DEA) has a requirement for 4,920 Hewlett-Packard model DC7900 Small Form Factor computers, chassis only, to be used as workstations on DEA's Firebird System Network for a 48-month period. The specification of these computers (Attachment 1) conforms to Configuration #31 of the Firebird Technical Reference Manual. This requirement is subject to the following accessibility standards at 36 CFR Part 1194: 1194.21 Software applications and operating systems. 1194.26 Desktop and portable computers. Offerors must provide with their quotes evidence of compliance with these standards. DEA analyzed this acquisition and determined that it is in its best interest to lease the computers for the intended usage period. The expected rollout of the units will be 410 units per month for 12 months beginning October 2010. Payments under the lease will be based on the number of units delivered. The first month of the lease will cover 410 units, the second month 820 units and so on until the full complement of 4,920 units have been delivered by the end of the first year of the lease. During the last year of the lease, the total number of units will decrease by 410 units each month until the full lease price of the 4,920 units have been paid out. The specified brand name and specification are intrinsic to the Government's requirement and are the only products that the Government will consider acceptable for meeting its requirement. See the attached Justification for Other than Full and Open Competition (Attachment 2). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate, written solicitation will not be issued. Offerors must provide pricing information and submit as part of their quotation. This procurement is conducted using simplified procedures authorized by FAR 13.500(a). The solicitation number is D-10-HQ-Q-0035. This requirement is reserved exclusively for small businesses. The North American Industry Classification System (NAICS) is 423430 and the Size Standard is 100 employees. All items must be delivered to DEA IT Service Facility (Depot) 14112 Newbrook Drive, Chantilly, VA 20151 within 30 days after receipt of order. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-43 effective August 2, 2010. The following FAR clauses are applicable to this acquisition and will remain in full force in any resultant award: 52.207-5 OPTION TO PURCHASE EQUIPMENT (FEB 1995) 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2008); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (AUG 2009) - Offerors must include a completed copy of this provision with their proposal; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (JUN 2010) - The following clause is added as addendum to 52.212-4; FAR 52.252-2, Clauses Incorporated by Reference (Oct 2008); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUL 2010) with the following items under paragraph (b) checked as applicable: 1, 9, 13, 15, 20, 21, 22, 23, 24, 25, 29, 30(i), 30 (ii), 34, and 39. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The full text of these provisions and clauses may be accessed electronically at the website http://acquisition.gov/far. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. All quotes must be in writing and submitted by 5:00pm Eastern Time, Wednesday, September 1, 2010 to the following address: DEA-Office of Acquisition Management (FA), Attn: Mr. Chuck Spencer - D-10-HQ-Q-0035, 8701 Morrissette Drive, E-8249, Springfield, VA 22152. No telephone responses will be accepted. Any questions regarding this solicitation must be submitted by 08/25/2010; the Government will publish its responses to submitted questions by 08/27/2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/D-10-HQ-Q-0035/listing.html)
 
Place of Performance
Address: DEA IT SERVICE FACILITY (DEPOT), 14112 NEWBROOK DRIVE, ATTN: KIM FOWLER/ROBIN WALLACE, Chantilly, Virginia, 20151, United States
Zip Code: 20151
 
Record
SN02264713-W 20100903/100902000136-77e208f03c5912c1a82f6d48b1c26004 (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.