Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
MODIFICATION

70 -- 21 SEATS COMPUTER NETWORK

Notice Date
9/12/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
937 N Harbor Dr, San Diego, CA 92132
 
ZIP Code
92132
 
Solicitation Number
N00244-11-T-0538
 
Response Due
9/13/2011
 
Archive Date
3/11/2012
 
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
AMENDMENT 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 N00244-11-T-0538 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 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 2011-09-13 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Pearl Harbor, HI 96860 The USN NAVSUP FLC San Diego requires the following items, Meet or Exceed, to the following: LI 001, TWENTY ONE (21) SEATS COMPUTER NETWORK WITH ONE (1) SERVER AND ONE (1) COLOR LASER PRINTER OPERATING AND FULLY CONFIGURED PER ATTACHED STATEMENT OF WORK AND REQUIREMENT SUMMARY., 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, USN NAVSUP FLC San Diego 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. USN NAVSUP FLC San Diego 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS Change Notice 20110331. 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 334111 and the Small Business Standard is 1000. FAR 52.247-34, F.o.b. Destination applies FAR 52.247-29, F.o.b. Origin. Naval Operational Logistics Support Center (NOLSC) Ready-To-Ship Notice Vendor Directions will be included in any resultant purchase order. The government, through NOLSC, will arrange and pay for transportation. 52.212-2 Evaluation - Commercial Items. (SEE ATTACHED FULT TEXT CLAUSES) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Central Contractor Registration (CCR). Sellers 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/ The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-6 Notice of Total Small Business Set-Aside. 52.222-3 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 w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.225-7001 Buy American Act and Balance of Payments Program. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 52.204-7 & 252.204-7004 Alt A: CCR / Alternate A 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions?Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. SEE ATTACHED FULL TEXT CLAUSES. SEE ATTACHED FULL TEXT CLAUSES. QUESTION FROM AN INTERESTED SELLER:No details are provided for network connectivity, is it already existing with Internet access for support and updates or isolated with a separate switch/hub? Network addressing scheme would need to be provided along with specifications for services like Microsoft Active Directory (for user administration if needed), DHCP and DNS to name a few such services. Assuming all "applications" can be run from the server or just a repsoitory for the application code for downloading to the desktops. Please respond as soon as possible so we can provide an accurate quote. Lastly, not sure that XP is still available for downgrade on new desktops anymore but will check. ANSWER:No existing network connectivity. Network will be isolated with a separate switch/hub? Network addressing scheme will be develop by Contractor, however Microsoft Active Directory is the preferred schema. The server will act as an Application Server serving out Microsoft SQL Server and IIS, however the software for SQL Server will not be provided by the Contractor. Also a share drive space will be develop on the server by the contract. Network printer will also be installed so that all computer and server will have access to server. If XP is not available windows 7 professional will be an acceptable Operating System. QUESTION FROM AN INTERESTED SELLER: Disaster recovery - That usually requires multiple hardware at multiple sites. Does it need to be... A data recovery thing or full scale recovery. Using existing outlets, how many outlets on how many circuits? Well the server run on these or be in their data center? Do you want a terminal server or will server just contain data. What are the software requirements. Does this include cabling, as far as dates drops to the switch, again based on where server and or switch resides. ANSWERS: - With regards to Data Recover, we are only requiring the contractor to be alert to create a DRP where the government can restore the original state of the server and clients from an external hard drive. - With Outlets the government will be providing the outlets for each clients and server. Server will be located in the same building as the clients. - The government is requesting a server that, the government will load SQL Server 2005 and other server related applications. - Software requirements, at a minimum Windows 7 Pro 32 bit for the clients, and Microsoft Server 2008 for the Server. - Contractor will be responsible for running all network drops from Computers to Server, so a switch or some sort of networking media should be provided. QUESTIONS:1. Is there a "to scale" floorplan for where the equipment will be located (server, printer and desktops).2. Are the applications being supplied by the US Navy, are they Windows 2008 64 bit aware and what are the sizing guidelines/requirements for same.3. Are the restores for data only or entire server and data (this will help determine server sizing and backup product).4. The Microsoft AD will be standalone or will it have "trusts" with other AD domains.5. Lastly is the Internet required and available at this location and if so do we need to add a router/firewall to the solution?ANSWERS:1. No "to scale" diagram drawn or available. The 20 workstations and printer will reside in Room 125, the server will reside in Room 122 (see attached). Classroom will have 4 rows, divided in half, 3 workstations and electric receptacles per row. Rows 3,4 containing two workstations. The classroom is 28' x 28'. 2. Software requirements, at a minimum Windows 7 Pro 32 bit for the clients, and Microsoft Server 2008 for the Server. From previous email from Ryan C. There is a mix of applications, but I don't know for a fact they some or all are 64 bit aware. Most likely not. I don't understand sizing guidelines/requirements? Is this hard drive space? If so recommend 2TB for operating system/applications and 2TB for data Drives. 3. Entire server, data and each workstation. 4. Yes, standalone, no outside access. 5. No.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-11-T-0538/listing.html)
 
Place of Performance
Address: Pearl Harbor, HI 96860
Zip Code: 96860-5807
 
Record
SN02572323-W 20110914/110912235857-82c1e033d0eba974188aeda984e0dbfa (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.