Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

70 -- Servers and Virtualization Software

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0085
 
Point of Contact
Michael Oliva 562-626-7453
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0085. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-47,and DFARS Change Notice 20110112. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 423430 and the Small Business Standard is 100 employees. This is a competitive, unrestrictive action. FISC San Diego requests responses from qualified sources capable of providing: Dell PowerEdge 710 Servers or Equal and Virtualization Software. The following is a BRAND NAME OR EQUAL Requirement Item 0001 Dell Power Edge 710 Server or Equal Quantity 2 each Specifications: 1.(x2) Intel Xeon X5680, Six core, 3.33Ghz, 12M Cache, 1333Mhz Max Memory 2.48Gb Memory (6x8Gb), Dual Ranked RDIMMs for two processors, 1333Mhz. 3.Minimum of 12 DIMM Slots within server 4.No operating system, but needs to be Windows Server 2008 R2 and VMWare certified. 5.Four bays for hard drives. 6.(x2) 146Gb 10K RPM, SAS SCSI Hard Drives or better. 7.RAID 0,1 and 5 internal hard drive controller 8.Internal embedded NICs (x2) to be TOE ready with iSCSI offload. 9.External NICs equivalent to Intel Gigabit ET NIC, Quad Port. 10.Rack Mounted and to include sliding rails 11.Internal CD/DVD ROM 12.4 Year Basic Warranty, 5x10 Service, Next Business Day Onsite. Item 0002 Visualization Software: VMWare vSphere Essentials Plus Kit or Equal Quantity 1 each Specifications: 1.Breadth of Operating System (OS) support should include all Microsoft products, Mandrake Linux products, Red Hat Linux products, and have the ability to accept most of the Linux based product lines. 2.Ability to migrate multiple Virtual Machine ™s simultaneously. 3.Live seamless fault tolerance of a Virtual Machine. 4.Licensing support for two dual CPU ™s servers with six cores per processor. Item 0003 1 Year production support and subscription for VMware vSphere Essentials Plus Kit or Equal Quantity 1 each Other Requirements: a)Compatible with existing VMware virtualization environment b)Include support/maintenance contract for one year for software c)Physical servers need to be Windows Server 2008 R2 and VMWare certified. d.) Physical server needs to have 4 years of 8X5XNBD (Next Business Day) support. FOB Destination Delivery. Product shall be delivered no later than 30 days after contract award. Inspection and acceptance will be performed at the destination by a government representative. The following FAR provisions and clauses are applicable to this procurement: 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. 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 will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are less important than price when evaluating offers. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to award a firm-fixed contract. Quotes must be received no later than 1:00 PM PST on 26 January 2011. Contact: Michael Oliva email michael.a.oliva@navy.mil Procedures in FAR 13.106 are applicable to this procurement. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0085/listing.html)
 
Record
SN02363649-W 20110122/110120234632-8f36e2a25f557f51dbc8db2a1b6c76d4 (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.