Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
MODIFICATION

70 -- Oracle America SUN Fire T5140 Servers

Notice Date
9/8/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
5111 Leesburg Pike, Falls Church, VA 22041
 
ZIP Code
22041
 
Solicitation Number
DJCMC05509
 
Response Due
9/11/2010
 
Archive Date
3/10/2011
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is DJCMC05509 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-11 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Defense Information Systems Agency requires the following items, Exact Match Only, to the following: LI 001, Sun SPARC Enterprise T5140 B20Server Base, 2 * 6 Core 1.2GHz UltraSPARC T2 Plus processors, no memory, no disk backplane, no disks, no DVD, 4 10/100/1000 Ethernet ports, 1 serial port, 4 USB ports, 1 dedicated PCI-E low profile slot, 2 PCI-E low profile or XAUI (10Gb ethernet) slots, no power supplies, RoHS-6 compliant. (For Factory Integration Only)Part# SETAB142Z, 2, EA; LI 002, Sun SPARC Enterprise Software Preinstall, including Solaris 10 05/09 (Update 7), Sun Studio 12, GCC, Ldoms 1.2 Manager, and CMT Tools, Factory Integration. Part# SESY9SF1Z, 2, EA; LI 003, 4 GB Memory Expansion (2 * 2GB) low-profile FBDIMMs, 1.5 V, B8for Sun SPARC Enterprise T5140, T5240 and Netra T5440, RoHS 6. (For Factory Integration Only)Part# SESY2B3Z, 8, EA; LI 004, "XVR-300 2D Graphics Frame Buffer. 24-bit color, highresolution 2D graphics accelerator. PCI Express x8interface and dual DVI-I. ATOOption RoHS-6." Part# 3000A, 2, EA; LI 005, "4 disk capacity disk backplane. For use with Sun SPARCEnterprise T5140. RoHS-6. (For Factory Integration Only)."Part# SETY9BA2Z, 2, EA; LI 006, 146GB 10K RPM 2.5" SAS disk drive with bracket (Qty 1). For use with Sun SPARC Enterprise T5120, T5220, T5140 & T5240. RoHS-6 For Factory Integration Only. Part# SESY3C11Z, 8, EA; LI 007, SATA DVD drive assembly with 8x DVD+/-RW, slot load, slimline. For use with Sun SPARC Enterprise T5xx0. RoHS-6. ATO option.Part# SESY9DV2Z, 2, EA; LI 008, AC power supply unit, 760W, for use with Sun SPARC Enterprise T5140. RoHS-6. (For Factory Integration Only)Part# SETY9PS81Z, 4, EA; LI 009, Express Rail (tool-less) slide rail kit for rack mounting of the Sun SPARC Enterprise T5120, T5220, T5140 & T5240. RoHS-6. For Factory Integration Only. Part# SESY9RK2Z, 2, EA; LI 010, Standard agency label for Sun SPARC Enterprise T5140 servers. (For Factory Integration Only)Part# SETY9LE1Z, 2, EA; LI 011, "Expanded Solaris 10 10/09 Media kit, DVD only. No license.Contains additional software. SPARC/x86. Multilingual. Pricing per kit." Part# SOLZ9-10LC9A7M, 2, EA; LI 012, Two Memory slot filler panels for Sun SPARC Enterprise T5x40 servers and Netra T5220. (For Factory Integration Only)Part# SESY9FF1Z, 8, EA; LI 013, Annual charge Oracle Premier support for systems and OS. Part# Q-PREM-SPRTSYS, 2, EA; LI 014, Sun SPARC Enterprise T5140 B20Server Base, 2 * 6 Core 1.2GHz UltraSPARC T2 Plus processors, no memory, no disk backplane, no disks, no DVD, 4 10/100/1000 Ethernet ports, 1 serial port, 4 USB ports, 1 dedicated PCI-E low profile slot, 2 PCI-E low profile or XAUI (10Gb ethernet) slots, no power supplies, RoHS-6 compliant. (For Factory Integration Only)Part# SETAB142Z, 1, EA; LI 015, Sun SPARC Enterprise Software Preinstall, including Solaris 10 05/09 (Update 7), Sun Studio 12, GCC, Ldoms 1.2 Manager, and CMT Tools, Factory Integration. Part# SESY9SF1Z, 1, EA; LI 016, 4 GB Memory Expansion (2 * 2GB) low-profile FBDIMMs, 1.5 V, B8for Sun SPARC Enterprise T5140, T5240 and Netra T5440, RoHS 6. (For Factory Integration Only)Part# SESY2B3Z, 4, EA; LI 017, "XVR-300 2D Graphics Frame Buffer. 24-bit color, highresolution 2D graphics accelerator. PCI Express x8interface and dual DVI-I. ATOOption RoHS-6." Part# 3000A, 1, EA; LI 018, "4 disk capacity disk backplane. For use with Sun SPARCEnterprise T5140. RoHS-6. (For Factory Integration Only)."Part# SETY9BA2Z, 1, EA; LI 019, 146GB 10K RPM 2.5" SAS disk drive with bracket (Qty 1). For use with Sun SPARC Enterprise T5120, T5220, T5140 & T5240. RoHS-6 For Factory Integration Only. Part# SESY3C11Z, 4, EA; LI 020, SATA DVD drive assembly with 8x DVD+/-RW, slot load, slimline. For use with Sun SPARC Enterprise T5xx0. RoHS-6. ATO option.Part# SESY9DV2Z, 1, EA; LI 021, AC power supply unit, 760W, for use with Sun SPARC Enterprise T5140. RoHS-6. (For Factory Integration Only)Part# SETY9PS81Z, 2, EA; LI 022, Express Rail (tool-less) slide rail kit for rack mounting of the Sun SPARC Enterprise T5120, T5220, T5140 & T5240. RoHS-6. For Factory Integration Only. Part# SESY9RK2Z, 1, EA; LI 023, Standard agency label for Sun SPARC Enterprise T5140 servers. (For Factory Integration Only)Part# SETY9LE1Z, 1, EA; LI 024, "Expanded Solaris 10 10/09 Media kit, DVD only. No license.Contains additional software. SPARC/x86. Multilingual. Pricing per kit."Part# SOLZ9-10LC9A7M, 1, EA; LI 025, Two Memory slot filler panels for Sun SPARC Enterprise T5x40 servers and Netra T5220. (For Factory Integration Only)Part# SESY9FF1Z, 4, EA; LI 026, Annual charge Oracle Premier support for systems and OS. Part# Q-PREM-SPRTSYS, 1, EA; LI 027, SEWP CHARGE, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Defense Information Systems Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Defense Information Systems Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Sellers must be registered with ORCA. https://orca.bpn.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DJCMC05509/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02272898-W 20100910/100908235616-7523f442d6dd8c0ae7788d4667b6eecc (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.