Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2012 FBO #3963
SOLICITATION NOTICE

70 -- HP Storage Maintenance

Notice Date
9/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Office Symbol : CCMI-MEA/Army, Fort Meade, MD 20755
 
ZIP Code
20755
 
Solicitation Number
W91QF6-12-T-0141
 
Response Due
9/28/2012
 
Archive Date
3/27/2013
 
Point of Contact
Name: Andrea Gilbert, Title: Contract Specialist, Phone: 3016777925, Fax: 3016772509
 
E-Mail Address
andrea.h.gilbert.civ@mail.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 FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W91QF6-12-T-0141 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 FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334113 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 2012-09-28 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Meade, MD 20755 The MCC Sam Houston - ICO Meade requires the following items, Exact Match Only, to the following: LI 001, HP STORAGE SAN MAINTENANCE FFP EXACT MATCH ONLY TO THE SPECS LISTED HERE AND REFERENCED IN THE ATTACHED SOLICIATION. MUST BE HP AUTHORIZED MAINTENANCE RESELLER. (SERVICE ID 1032-4775-4520) DOIM348XR, HP SUPPORT PLUS 24 SERVICE, HA1110AC, 300GB FC1" 10K FACT ALL HARD DRIVE, #34622-B23, S/N SGS 05296DY, SGS05296EE, SGS05296EA, SGS04296EB,SGS05296E7, SGS05296GZ, SGS05296JR, SGS06296JS,SGS053296JT, SGS052968X, SGS05296GK, SGS05296GL,SGS0529674, SGS0529670, SGS0529693, SGS04296E4,SGS05296E3, SGS05296EX,SGS05296FR, SGS05296FJ,SGS05296FA, SGS05296F8, SGS05296EZ, SGS05296G2,SGS05296GA, SGS05296DW, SGS05296DU, SGS0529698, SGS0529696, SGS05296TZ, SGS05295NH, SGS05295HS, SGS05296GU, SGS05296H1, SGS05296HK, SGS05296HL,SGS05296HR, SGS05296HW, SGS05296JH, SGS05296JK, SGS05296JM, SGS05295NC, SGS05295MK, SGS05295U0, SGS052966Z, SGS052966X, SGS05295ZM, SGS05295UR,SGS05295UU, SGS05295UZ, SGS05295V1, SGS05295V4, SGS05296KP, SGS05296K9, SGS05296K6, SGS05296K5,SGS05296JX, SGS05295Y2, SGS05295Y1, SGS05295V7,3KR2DA1, 3KR2D471, 3KR07ZZ3, 3KR0819J,3KR04HWT, 3KR0P1NW, 3KR080DB, 3KR0B4RZ, 3KR08200,3KR080WR, 3KR2DDZGW, 3KR0BR40, 3KR08102, VAVMVRNA,3KR08078, 3KR0Q2D4, 3KR09PAZ, 3KR03PEJ,3KR0807W,3KR2A2WG, 3KR2EB29, 3KR2CYV2, 3KR2DHGP, 3KR080Y8,3KR085HY, 3KR0QZCK, 3KR081ND, 3KE0P72F, 3KR0P7MW,3KROPEQ2, 3KR0823D, 3KR07XFB, 3KR0823M, 3KR2CFAC,3KR2DGKQ, 3KR2EAH4, 3KR2DYK7, 3KR0QZCY, 3KR0QP4G 3KR0P8NY, 3KR080BT, 3KR0825F, 3KR0886V, 3KR08107, 3KR0AFVF, 3KR0MJEM,3KR2DC1H, 3KR2EDV7 BID ALL OR NONE. FOB: Destination, 12, EA; LI 002, HDD STORAGE WORKS 4/32 FULL SAN SWITCH FFP EXACT MATCH ONLY TO THE SPECS LISTED HERE AND REFERENCED IN THE ATTACHED SOLICIATION. MUST BE HP AUTHORIZED MAINTENANCE RESELLER. #A7393A, S/N USB0529P1H, USB0529P1L FOB: Destination BID ALL OR NONE., 12, EA; LI 003, HP EVA6000 2C4D ARRAY PRODUCT AD556A FFP EXACT MATCH ONLY TO THE SPECS LISTED HERE AND REFERENCED IN THE ATTACHED SOLICIATION. MUST BE HP AUTHORIZED MAINTENANCE RESELLER. S/N USE05348XR FOB: Destination BID ALL OR NONE., 12, EA; LI 004, 42U EVA CAB 60 HZ ALL FFP EXACT MATCH ONLY TO THE SPECS LISTED HERE AND REFERENCED IN THE ATTACHED SOLICIATION. MUST BE HP AUTHORIZED MAINTENANCE RESELLER. #338042-B21 S/N USE05348XP FOB: Destination BID ALL OR NONE., 12, EA; LI 005, HP M5314A FC DRIVE ENCLOSURE AD542 FFP EXACT MATCH ONLY TO THE SPECS LISTED HERE AND REFERENCED IN THE ATTACHED SOLICIATION. MUST BE HP AUTHORIZED MAINTENANCE RESELLER. S/N 9A3YQRU03M, 9A3YQRU01M FOB: Destination BID ALL OR NONE., 12, EA; LI 006, HP SOFTWARE TECHNICAL SUPPORT FFP EXACT MATCH ONLY TO THE SPECS LISTED HERE AND REFERENCED IN THE ATTACHED SOLICIATION. MUST BE HP AUTHORIZED MAINTENANCE RESELLER. (SW TECHNICAL/ELECTRONIC SUPPORT) 24 HOURS STANDARD OFFICE DAYS, 24 HOURS DAY SATURDAY, 24 HOURS DAY 7, HOLIDAYS COVERED, STANDARD RESPONSE, HP CV EVA 6K SERIES UNLIMITED LIC, #T5180A FOB: Destination BID ALL OR NONE., 12, EA; LI 007, HP SOFTWARE UPDATES SERVICE FFP EXACT MATCH ONLY TO THE SPECS LISTED HERE AND REFERENCED IN THE ATTACHED SOLICIATION. MUST BE HP AUTHORIZED MAINTENANCE RESELLER. LICENSE TO USE & SOFTWARE UNDATES, HP RECOMMEDED SOFTWARE UPDATE AND DOCUMENT UPDATE METHOD, HP CV EVA6K SERIES UNLIMITED LICENSE, #T5180A FOB: Destination BID ALL OR NONE., 12, EA; LI 008, HP EVA4K/6K/8K 6.0 CONTROLLER MEDIA KIT FFP EXACT MATCH ONLY TO THE SPECS LISTED HERE AND REFERENCED IN THE ATTACHED SOLICIATION. MUST BE HP AUTHORIZED MAINTENANCE RESELLER. #T4256D FOB: Destination BID ALL OR NONE., 1, EA; LI 009, REINSTATEMENT/RECERTIFICATION FEE FFP EXACT MATCH ONLY TO THE SPECS LISTED HERE AND REFERENCED IN THE ATTACHED SOLICIATION. MUST BE HP AUTHORIZED MAINTENANCE RESELLER. REINSTATEMENT/RECERTIFICATION FEE FOB: Destination BID ALL OR NONE., 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, MCC Sam Houston - ICO Meade 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. MCC Sam Houston - ICO Meade 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. 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. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (a) Definitions. As used in this clause? (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when? (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer?s determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. POP is for 12 months to start Sept. 29. NO COST CLIN" The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address "https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors; (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website." THE ABOVE MANPOWER REPORTING ACTION IS PROVIDED FOR REPORTING PURPOSES ON THIS CONTRACT. THIS IS A NO CHARGE/COST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cbeaae5421b04be270378d95f195d7e2)
 
Place of Performance
Address: Fort Meade, MD 20755
Zip Code: 20755
 
Record
SN02902557-W 20120930/120928235226-cbeaae5421b04be270378d95f195d7e2 (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.