Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

70 -- Information Technology Enterprise Solutions-3 Hardware (ITES-3H)

Notice Date
8/29/2011
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-11-R-0010
 
Response Due
9/13/2011
 
Archive Date
11/12/2011
 
Point of Contact
Alan Green, 703-325-9500
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(alan.e.green@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Computer Hardware, Enterprise Software and Solutions (CHESS) in coordination with the Army Contracting Command - National Capital Region (ACC-NCR), intends to release a Draft Request For Proposal (RFP) for ITES-3H to support the Army's requirement for commercial-off-the-shelf (COTS) hardware, consisting of, but not limited to purchase or lease of COTS servers, workstations, desktops, notebooks, thin clients, networking equipment, storage systems, network cabling, video teleconferencing products (VTC), as well as associated factory orderable upgrades and related peripherals such as printers, scanners, equipment cabinets, transit cases, and other related accessories. Desktop computers and notebooks provided under the ITES-3H planned contracts are for the fielding of a complete system or as part of a total design solution, as opposed to a desktop computer or notebook replacement vehicle. In addition, as part of the planned ITES-3H, the contractor will provide related firm-fixed-price incidental services that enable the capability to provide end-to-end equipment solutions. Incidental services include integration, installation, site surveys, system configuration determinations, system migrations, image loading, data migration, warranty and legacy equipment warranty maintenance. The contracts will be open to other Agencies (i.e. Navy, Air Force, DoD components, and other Federal agencies) to satisfy their Information Technology requirements (IT). IT products procured through this acquisition are required to comply with DoD and Army standards and policies. The Army intends to award multiple Indefinite Delivery/Indefinite Quantity contracts. The contract will have a five year period of performance, with a three year base period, plus two one-year options. The Government will conduct the acquisition under Federal Acquisition Regulation (FAR) Part 12. The government intends to conduct a full and open competition with at least eight awards made, three of which will be reserved for small business. The North American Industry Classification System (NAICS) code for this acquisition is 334111 (Electronic Computer Manufacturing) with small business size standard of 1,000 employees. Contractors will be required to support up to a Top Secret security clearance with Sensitive Compartmented Information (SCI), however most orders will require only a Secret security clearance. Delivery to the address(es) specified on each delivery order shall be within 30 calendar days for CONUS and 35 calendar days for OCONUS locations. The contractor is responsible for payment of all shipping costs. The Contractor shall provide commercial warranties to all locations within and Outside the Continental United States (CONUS/OCONUS) for all products delivered. The basic warranty included in the purchase price shall be no less in length than the OEM standard commercial warranty or one year, whichever is greater. On-site warranty support shall be provided for non-portable systems such as servers and desktops computers. On-site or mail-back or hotswap warranty shall be provided for portable systems such as notebooks. The Government shall not incur additional charges (i.e. shipping, delivery) for warranty support. Warranty variations, if required by the ordering contacting officer, shall be offered such as the option to purchase extended warranties in one-year increments. Any time-of-purchase restrictions for the purchase of extended warranties shall be in accordance with the contractor's policy. The Contractor shall provide a method for performing warranty service for Remote OCONUS locations. If on-site warranty support is required by a customer, it will be handled as a warranty variation. The Contractor shall bear all transportation/shipping costs and responsibilities of repaired and replaced equipment and software both to and from the customer's site. The warranty period shall commence upon the receipt of the equipment at the final destination identified on the delivery order or 35 days after shipment from the contractor's facility, whichever is sooner. Due to the security limitations in South Korea and delays associated with custom clearance, limited Status of Forces Agreement (SOFA) will be included for that country to enable contract performance. This announcement is not intended to solicit proposals and contractors will not be compensated for any costs incurred as a result of this synopsis. Further, this notice does not obligate the Government to release a DRFP or any subsequent action as it relates to the planned ITES-3H. The draft acquisition schedule is provided as follows (NOTE: ALL TIMEFRAMES ARE SUBJECT TO CHANGE): -Draft Request for Proposal (RFP) will be released during the first quarter of FY12 -Industry Day will be held during the first quarter of FY12 -Final RFP will be released during the second quarter of FY12 Proposals will be due 30 days after Final RFP release. Documentation regarding the ITES-3H acquisition and messages to Industry will be provided through the Federal Business Opportunities (FBO) website, http://www.fedbizopps.gov/. If you require assistance with the FBO website please use the following link: https://www.fsd.gov/app/answers/list. Laurence Clunie, 703-428-0413. Email your questions to ACC-NCR, at laurence.clunie@us.army.mil. Alan Green, 703-428-0822. Email your questions to ACC-NCR, at alan.e.green@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/38a7e5713ff385c51ba8709d8db15337)
 
Place of Performance
Address: Army Contracting Command-National Capital Region (ACC-NCR) Directorate of Contracting, 200 Stovall Street Alexandria VA
Zip Code: 22332
 
Record
SN02553851-W 20110831/110829235716-38a7e5713ff385c51ba8709d8db15337 (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.