Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
MODIFICATION

70 -- Brand Name - HP ProLiant

Notice Date
7/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
 
ZIP Code
20220
 
Solicitation Number
11PRHQIT0092
 
Archive Date
7/30/2011
 
Point of Contact
Brian M. Carper, Phone: 2022832749, PAMELA ROBINSON, Phone: 2022831173
 
E-Mail Address
brian.m.carper@irs.gov, pamela.s.robinson@irs.gov
(brian.m.carper@irs.gov, pamela.s.robinson@irs.gov)
 
Small Business Set-Aside
HUBZone
 
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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quote (RFQ) against solicitation number 11PRHQIT0092. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. (iv) The North American Industrial Classification System (NAICS) Number is 334111 with a small business size standard of 1,000.00 employees. This proposed acquisition is a 100% HUBZone Set-Aside. This is a Firm Fixed Price procurement and will be procured using commercial item procedures and award will be based on low price technically acceptable. Only NEW equipment is being solicited. Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): BRAND NAME ONLY CLIN 000: (1 Unit) 588857-B21 -Configurable- HP ProLiant DL580 G7 Server – Trade Agreements Act (TAA) COMPLIANT -588857-B21 Product - HP ProLiant DL580 G7 Server -588145-L21 1st & 2nd processors - 8-Core Intel® Xeon® Processors X7550 (2.00GHz, 18MB Cache, 130W) Memory board - Two (2) HP Memory Boards -500662-32G Memory for 1st memory board - HP 32GB PC3-10600R 4x8GB 2Rank Memory -500662-32G Memory for 2nd memory board - HP 32GB PC3-10600R 4x8GB 2Rank Memory ***********AMENDMENT 2******************************* -VMware Operating Systems - VMware vSphere 4.1 standard edition ************************************************************ - Embedded P410i/ZM (SAS Array Controller) -605835-B21 1st hard drive - HP 1TB 6G Hot Plug 2.5 SAS 7.2K MDL Hard Drive -605835-B21 2nd hard drive - HP 1TB 6G Hot Plug 2.5 SAS 7.2K MDL Hard Drive -605835-B21 3rd hard drive - HP 1TB 6G Hot Plug 2.5 SAS 7.2K MDL Hard Drive -605835-B21 4th hard drive - HP 1TB 6G Hot Plug 2.5 SAS 7.2K MDL Hard Drive -Multimedia drive - HP Slim 12.7mm SATA DVD Optical Drive -Network card - HP Embedded NC375i Quad Port -Multifunction Gigabit Server Adapter -500172-2PS Power supply - 2 HP 1200W Common Slot Silver Hot Plug Power Supplies -Server management - Integrated Lights Out 3 (iLO 3) Management on the System Board -Warranty - 3 years parts, labor and onsite service (3/3/3) standard warranty. -UH109E HP Care Pack, 3 Years, 4-hour 24x7, Defective Media Retention Hardware Support, ProLiant DL580 1 Ea - Unit Price: $ ________________ Total Price: $ ______________ (vi) Quotes shall include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements. Only information provided in the quote will be used to determine technical acceptability. (vii) General Delivery, Labeling and Marking Information Delivery Date is 45 days after award. Place of delivery: Martinsburg Computing Center, 250 Murall Drive, Kearneysville, WV 25430 Marking: Deliveries shall be addressed to the POC, with and inventory list attached and the Government order number listed on the delivery. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Submissions shall be on company letterhead stationery, provide RFQ number 11PRHQIT0092, name, address, and telephone number of the contractor, unit price, and overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements, terms of any expressed warranty, any discount terms, cage code, DUNS number, and size of business. (ix) Provision at 52.212-2, Evaluation -- Commercial Items shall be used. The Evaluation as Commercial Items applies to this acquisition and that the Government will award a contract resulting from this RFQ to the responsive responsible quoter whose technically acceptable quote conforming to the RFQ will be the most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. (x) Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx). (xi) Clause at 52.212-4, Contract Terms and Conditions (June 2010) -- Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5 - Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items (May 2011) * 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt 1) *52.219-3 - Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) * 52.222-3 - Convict Labor (June 2003) * 52.222-9 - Child Labor - Cooperation With Authorities and Remedies (FEB 2008) * 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) * 52.222-26 - Equal Opportunity (Mar 2007) *52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) * 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) * 52.232-33 - Payment by Electronic Funds Transfer –Central Contractor Registration (Oct 2003) (xiii) The following additional clauses apply: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov (End of provision) 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/these address(es): http://www.acquisition.gov (End of clause) POINT OF CONTACT A. The Point of Contact (POC) for this contract, order or blanket purchase agreement is responsible for inspection, and where required, acceptance of deliverables, items, supplies, or services rendered. The POC does not have authority to take any action, either directly or indirectly, that would change pricing, quantity, place of performance, delivery schedule, or any terms and conditions of this contract, order, or blanket purchase agreement or to direct the contractor in the accomplishment of effort which goes beyond the scope. If the contractor believes the POC has changed the scope of this contract, order or blanket purchase agreement, the contractor shall promptly notify the Contracting Officer verbally or in writing. In the event the contractor effects any change 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, order or blanket purchase agreement price to cover any increase incurred as a result thereof. B. The POC for this requirement is Name: TBD Address: TBD Telephone: TBD E-mail: TBD C. The Point of Contact will monitor the progress and quality of the contractor’s performance. The duties of the POC are limited to those described in this clause. The POC shall perform the following: a.Verify receipt of supplies or services b.Receive, review and approve of invoices (End of Clause) INVOICING AND PAYMENT INSTRUCTIONS The contractor shall submit invoices as follows: (a) Invoices shall be submitted (preferably) electronically to TDP@bpd.treas.gov or sent via mail to the following address: ARC/ASD/TDP, Avery 3G P.O. Box 1328 Parkersburg, WV, 26106-1328 (b) The contractor shall submit invoices in a format that replicates the line item (CLIN) and subline item (subCLIN) structure of the task order or, in the case of an order against a task order, the CLIN and subCLIN structure of the order. Each invoice shall provide, by CLIN and subCLIN, the line item number, description, quantity being invoiced, unit of measure, unit price, and current invoiced amount. Each invoice shall sequence CLINs and subCLINs in the same order in which they appear in the contract or order and shall be totaled at the bottom of the invoice. (c) A copy of the invoice shall also be submitted to the COTR and CO simultaneously at the following address: POC: TBD Address: TBD E-mail: TBD CO: TBD Address: 6009 Oxon Hill Road, 7th Floor, Oxon Hill, MD 20745 E-mail: TBD (d) Each invoice submitted shall be supported by appropriate documentation. Documentation necessary to substantiate an invoice shall include, but is not limited to project name and number, invoice number, percent complete, original contract amount, modification amounts, retainage amount and percent cumulative), cost of materials used this invoice, value of work in place, contractor name, and contract number/task order number. Such documentation shall meet the approval of the Contracting Officer. (End of clause) Submit written questions regarding this acquisition to Brian.M.Carper@IRS.GOV no later than Tuesday, July 12, 2011, at 4:30 p.m. eastern. Please place "11PRHQIT0092" in the subject line of your e-mail message. Questions received after this deadline, will NOT be answered. Telephone calls will NOT be accepted at any time. Quotations are due by Friday, July 15, 2011, at 4:00 p.meastern. Offers shall be submitted by e-mail to Brian.M.Carper@IRS.GOV with “11PRHQIT0092” in the subject line of your e-mail message.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/DOPSD/PSD/11PRHQIT0092/listing.html)
 
Record
SN02498756-W 20110716/110714234959-cf45f29eb91289521bec9b4c1f83fafe (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.