Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOLICITATION NOTICE

J -- One Year of Gold Uplift Maintenance for Quantum DXi8500

Notice Date
10/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-12-0113
 
Response Due
10/28/2011
 
Archive Date
12/27/2011
 
Point of Contact
Carol Sinnard, 618-220-5066
 
E-Mail Address
Surface Deployment and Distribution Command (SDDC)
(carol.sinnard@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. The Government intends to issue a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the soliciation is the lowest price. FAR Part 13 procedures are being used for this acquisition. Questions concerning this acquisition should be directed to Carol Sinnard, Contract Specialist, via e-mail to carol.sinnard@us.army.mil. Applicable NAICS for this procurement is 541519. NOTE: Offerors submitting quotes shall be Authorized Quantum Partners or Resellers. LINE ITEMS: SDY85-RSPD-GL11, DXi8500, 20TB Useable, Qty 1 SDY85-RCHD-GL11, DXi8500 Expansion Module, 10TB Useable, Qty 7 SDY85-RDSD-NR10, DXi8500 Series Non-Returnable Disk Drive Charge (50TB systems and above), Qty 1 DXi8500 Maintenance Renewal SN: CX1125BVF00167 DELIVERY/PLACE OF PERFORMANCE: The equipment is located at the Army SDDC HQ/G6, Scott AFB, IL 62225 (full address to be provided upon award). Required delivery date: 4 November 2011 through 31 October 2012. APPLICABLE CLAUSES AND PROVISIONS The following provisions and clauses apply to this acquisition (the full text of FAR and DFAR references may be accessed electronically at http://farsite.hill.af.mil/). 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors -- Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.232-18, Availability of Funds 52.247-34, FOB Destination 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alt A, Central Contractor Registration (52.204-7) -- Alternate A 252.212-7000, Offeror Representations and Certifications -- Commercial Items 252.232-7010, Levies on Contract Payments 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 cpapbility of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (1) Ability of the offeror to meet the schedule or timeline as stated in this solicitation, (2) The ability of the offeror to quote/provide the required tech support on 100% of the items identified above (i.e. "all or none" basis). (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. 52.212-3, Offerors Representations and Certifications -- Commercial Items. The Online Representations and Certifications Application (ORCA) is the preferred web-based tool for retrieving offeror's current Reps and Certs. If an offeror has not completed the annual representations and certification electronically at the ORCA website, the paper-based provisions FAR 52.212-3 and DFARS 252.212-7000 are also acceptable and shall be returned with the quote. 52.21-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited within this clause are applicable: _x_ 52.203-6, Restrictions on Subcontractor Sales to the Government _x_ 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards _x_ 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment _x_ 52.222-3, Convict Labor _x_ 52.222-19, Child Labor Cooperation with Authorities and Remedies _x_ 52.222-21, Prohibition of Segregated Facilities _x_ 52.222-26, Equal Opportunity _x_ 52.222-35, Equal Opportunity for Special Disabled Veterans _x_ 52.222-36, Affirmative Action for Workers with Disabilities _x_ 52.222-37, Employment Reports on Veterans _x_ 52.223-18, Contractor Policy to Ban Text Messaging While Driving _x_ 52.225-13, Restrictions on Certain Foreign Purchases _x_ 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses cited within the clause are applicable: _x_ 252.203-3, Gratuities _x_ 252.203-7000, Requirements Relating to Compenstion of Former DoD Officials _x_ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports _x_ 252.243-7002, Requests for Equitable Adjustment _x_ 252.247-7022, Representation fo Extent of Transportation by Sea _x_ 252.247-7023, Transportation of Supplies by Sea OFFER SUBMISSION FORMAT: Offerors shall submit a spreadsheet or a similar document showing itemized pricing. If Reps and Certs are non-exisitent in ORCA, offeror shall include the completed paper-based provisions. Offers are to be submitted by e-mail to carol.sinnard@us.army.mil. OFFER DUE DATE/LOCAL TIME: 1 November 2011, 1:00 PM CST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/13ac1d8b60d1bfee435026dbb8dae6d3)
 
Place of Performance
Address: Surface Deployment and Distribution Command (SDDC) ATTN: 1 Soldier Way Scott AFB IL
Zip Code: 62225-5357
 
Record
SN02612317-W 20111027/111025234000-13ac1d8b60d1bfee435026dbb8dae6d3 (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.