Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

J -- The pending requirement is for the annual maintenance of the StorEdge 9900 - ST9990 Disk Controller Frame. Any offeror shall be an authorized Hitachi re-seller or agent as required to provde annual maintenance.

Notice Date
9/13/2010
 
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
R10PS80802
 
Response Due
9/17/2010
 
Archive Date
9/13/2011
 
Point of Contact
Ann Manning 3034452433 amanning@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
N/A
 
Description
REQUEST FOR QUOTE - R10PS80802 COMBINED SYNOPSIS/SOLICIATION FOR A STANDARD COMMERICAL ITEM MAINTENANCE RENEWAL FOR ORACLE STOREDGE 9900 HARDWARE The provision at 52.212-01 - INSTRUCTION TO OFFERORS - COMMERCIAL ITEMS is applicable. ADDENDUM to 52.212-01 - INSTRUCTION TO OFFERORS - COMMERCIAL ITEMS 1. Paragraph 52.212-1 (a). Replace with the following: This is a combined synopsis/RFQ for commercial items prepared in accordance with the format in FAR Part 12.6. This announcement constitutes the only Request for Quote, and any other supplemental documentation will not be forwarded to interested parties. The Government has a pending requirement to procure the annual maintenance renewal (12 months) for the StorEdge 9900 - ST9990 Disk Controller Frame. The StorEdge 9900 - ST9990 Disk Controller Frame is a fully redundant SAN that has been in use at the Bureau of Reclamation for the past three years. The maintenance on this system needs to be renewed in order to support the infrastructure that is currently utilizing it. 2. Paragraph 52.212-1 (b). Replace with the following: INSTRUCTION FOR PREPARATION OF THE PROPOSAL. 1. VOLUME 1 - ADMINISTRATIVE 1.1. All Offerors shall annotate their Tax Identification Number (TIN), Duns and Bradstreet Number (DUNS), Cage Code, and phone/fax/e-mail address (POC). 1.2. Offerors shall submit evidence of current registration in both the CCR and ORCA. 2. VOLUME 2 - PRICE - 2.1. Price. 1.1. An offeror shall submit unit and extended pricing based on the following contract line item set-up: Line Item Description Qty Unit/Measure Unit Price Total Cost 0001 Maintenance Renewal 1 Each For StorEdge 9900 - ST9990 Disk Controller Frame SERIAL NUMBER: 22912 Mktg Part# - TJ9DKC510I05R Period of Performance: 12 months from the date of award Location: Bureau of Reclamation Denver Federal Center Lakewood, CO 2.2. Supporting Price Documentation. The offeror shall provide supporting price documentation that illustrates that the proposed fully loaded bill rate for the required annual maintenance requirement is fair and reasonable if and as available. 2. VOLUME 3 - Other Data 2.1. Documentation - The offeror shall provide any available Hitachi documentation that verifies that the offeror is a certified or authorized Hitachi re-seller of the required maintenance as of the date of submission of any offer in response to this requirement. The Government reserves the right to confirm re-seller status with the prime manufacturer in the effort to determine eligibility status for award. Any offeror that is not a current, authorized re-seller will be ineligible for award. END OF ADDENDUM TO - 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS The provision at 52.212-2 - EVALUATION-COMMERCIAL ITEMS is applicable. Addendum to 52.212-01 - INSTRUCTION TO OFFERORS - COMMERCIAL ITEMS Paragraph 52.212-2(a) and (b). Replace with the following: The requirement falls under the respective NAICS code 811212 Computer and Office Machine Repair and Maintenance. The small business size is $25M. 1. GOVERNMENT EVALUATIONS CRITERIA AND BASIS FOR AWARD 1.1. GENERAL: The Government contemplates award to a single authorized Hitachi re-seller or agent. 2.2. EVALUATION PROCESS. 2.2.1. The Government intends to award to the offeror that proposes the lowest overall price for the pending requirement. The Government intends to award without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a price or qualification standpoint. 2.2.2. To qualify for award purposes, any offeror shall be a current, authorized Hitachi re-seller. The Government reserves the right at any time prior to or after award to verify Hitachi authorized re-seller/agent status an offeror/awardee. Any offeror, deemed ineligible or unauthorized to re-sell or service Hitachi products (as verified and determined by prime vendor) shall be ineligible for award. 3. PRICE/COST ANALYSIS. The offeror's price will be evaluated using price analysis techniques. The Government anticipates to be able to determine fair and reasonable pricing on the basis of standard commercial pricing analysis. END OF ADDENDUM TO 52.212-2 - EVALUATION-COMMERCIAL ITEMS AWARD REQUIREMENTS/TERMS 4.INCORPORATED CLAUSES. The Government anticipates that the following clauses will be added to any resulting award: The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause applicable to the acquisition are b(4), b(20), b(21), b(22), b(23), b(25), b(34), and b(39). Offers are due no later than September 17, 2010, 9:00a.m. Mountain Standard Time, via email to Ann R. Manning at amanning@usbr.gov. All shipping and handling charges FOB Destination. Please contact Ann R. Manning at amanning@usbr.gov or (303) 445-2433 for more information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c5b3954ccbb9c20d10d49685b0f005f)
 
Place of Performance
Address: Denver Federal CenterBureau of ReclamationLakewood, CO
Zip Code: 800250001
 
Record
SN02279215-W 20100915/100913235403-0c5b3954ccbb9c20d10d49685b0f005f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.