Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
MODIFICATION

99 -- EMC CX4-240 Storage Equipment

Notice Date
9/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SP470511QEMCCX4-240Storage
 
Archive Date
9/29/2011
 
Point of Contact
Najiyyah A. Mahdi, Phone: 703-767-1191
 
E-Mail Address
najiyyah.mahdi@dla.mil
(najiyyah.mahdi@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation SP4705-11-Q-EMC CX4-240 Storage is issued as a Request for Quote (RFQ). The DLA Contracting Services Office has a requirement for the purchase of EMC CX4-240 Storage Equipment for the National Defense University, 300 5th Ave SE Lincoln Hall; Rm 3400, Fort McNair, Washington D.C. 20319. The government anticipates awarding a firm fixed price contract as a small business set-aside under NAICS 334119. The delivery date is 30 days after receipt of contract award. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions Commercial Items (Sept 2005); 52.217-9, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005); 52.233-1 Disputes (Jul 2002), 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR) (Jun 2011); 52.204-7 Central Contract Registration (Apr 2008); 52.222-50 Combat Trafficking in Persons (Feb 2009); 52.211-6 Brand Name or Equal (Aug 1999); 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 Government will use the lowest price technically acceptable source selection process. The following standards shall be used to evaluate offers: (i) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (ii) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (iii) Delivery: Offerors must meet the required delivery date. (iv) Responsibility: Offerors must meet the standard for FAR 9.104. (b) 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. (End of provision) All quotes submitted shall be the Offeror’s best price. The Government reserves the right to award the contract on initial quotes. This requirement is for a Brand Name “or Equal.” An 'or equal' product may be offered as an alternative, but the offeror must establish that the offered product is truly equal to that requested (e.g., by full comparison of product specification). Failure to provide such information may be grounds for rejection of quote without further review. No substitutions will be accepted without information and/or documentation. The evaluation of the 'or equal' alternative item will be made by the technical team. If you are quoting an “equal” item you must provide name, model number, description, size, picture, and all other relevant information about the item. You must provide the same information that is currently in the attachment: 'Brand Name Item Information.' This information must be included as an attachment to your quote on the response date of this announcement. NOTE: All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. All full text versions of FAR clauses are available at http://www.arnet.gov/far. Interested parties capable of furnishing the Government with the item specified in this synopsis should submit their quotation to the below address. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside. Proposals will be due by September 14, 2011 at 3:00 p.m., Eastern Standard Time. RFQ must reference Solicitation number SP4705-11-Q-EMC CX4-240 Storage. All responsible sources may submit a quote, which if timely received, shall be considered by the agency. Offers received after this date and time will not be considered. RFQs shall address the requirements of the Statement of Work (see attachment). Proposal must be submitted in writing to Najiyyah Mahdi by email at najiyyah.mahdi@dla.mil. NO PHONE CALLS OR FAXES. SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1. The Request for Quote Number (RFQ SP4705-11-Q-EMC CX4-240 Storage); 2. Schedule of Items with Pricing; 3. Contractor’s Cage Code, DUNS Number and Taxpayer Identification Number; and 4. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2005) if it differs from the company’s electronic annual representations and certifications at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP470511QEMCCX4-240Storage/listing.html)
 
Place of Performance
Address: National Defense University, Washington, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN02574197-W 20110915/110914000318-86d32fe0c77fbed6412c2b3c76da8baa (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.