Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOLICITATION NOTICE

70 -- iSCSI SAN 3000 Controllers for JFFT MMC

Notice Date
7/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-15-T-0010
 
Response Due
7/10/2015
 
Archive Date
8/31/2015
 
Point of Contact
George P Knowlton IV, 719-554-1967
 
E-Mail Address
U.S. Army Strategic Command
(george.p.knowlton.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 set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-15-T-0010 and is a 100% small busines set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 dated 8 June 2015. NAICS number is 423430. Business Size Standard is 100 employees. DESCRIPTION: iSCSI SAN 3000 Controllers for U.S. Army SMDC/ARTSTRAT G3 JFFT-MMC. The following specifications are issued as Brand-Name Only specifications pursuant to the authority of FAR Part 13.106-1(b)(i) sole source (includes brand-name) acquisitions. A justification for Other than Full and Open Competition has been prepared and approved in support of this acquisition. The offeror shall deliver all items and quantities within thirty (30) calendar days after receipt of Purchase Order, to include all associated parts, components, and hardware, as listed and described in Contract Line Item Numbers (CLIN) 0001 through 0004 below. Offerors shall structure their quote or proposal to include a price for all items as listed and described in item number 1 through item number 4 of the attached Requirements Document for CLIN 0001 - 0004 below. CLIN 0001 - iSCSI SAN 3000, MFR: Cybernetics. Model/Part #: iSAN-3116; per the required configuration/specs listed and described in Item #1 of the attached Requirements Document. QTY: 4 EA. CLIN 0002 - Extended Warranty with Express Depot Service plan for 3rd year after initial purchase date (for ISAN-3116s referenced in CLIN 0001 above) per Item #2 of the attached Requirements Document. MFR: Cybernetics. Part #: iSAN-3100/E3. QTY: 4 EA. CLIN 0003 - Extended Warranty with Express Depot Service plan for 4th year after initial purchase date (for ISAN-3116s referenced in CLIN 0001 above) per Item #3 of the attached Requirements Document. MFR: Cybernetics. Part #: iSAN-3100/E4. QTY: 4 EA. CLIN 0004 - Extended Warranty with Express Depot Service plan for 5th year after initial purchase date (for ISAN-3116s referenced in CLIN 0001 above) per Item #4 of the attached Requirements Document. MFR: Cybernetics. Part #: iSAN-3100/E5. QTY: 4 EA. FOB DESTINATION ship-to-address for CLINs 0001 - 0004 is Peterson AFB, CO 80914. Installation services are not needed, as government personnel shall install all equipment items themselves. Quotes citing products offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. All items are desired to be delivered FOB Destination within 30 calendar days after receipt of Purchase Order. Delivery/Acceptance point is SMDC/ARSTRAT, G3 JFFT MMC, Building 3, 350 Vandenberg Street, Peterson AFB, CO 80914. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of quotes. Any interested/qualified small business sources that believe they can provide the required products/items must respond no later than 4:00 PM, Mountain Time, 10 July 2015. Contract award is anticipated no later than 24 July 2015. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical - acceptability of the products, items or services offered; (2) Delivery Schedule - ability to meet the required delivery date; (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. QUOTE/PROPOSAL PREPARATION INSTRUCTIONS: The offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). Offerors that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's quote or proposal. Award will be made without discussion; therefore, each offeror is encouraged to submit their best terms with their quote or proposal. The most current version of provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The most current versions of the following Federal Acquisition Regulation (FAR) clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) 52.219-28, Post-Award Small Business Program Rerepresentation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-6, Drug-Free Workplace 52.223-16, Acquisition of EPEAT -Registered Personal Computer Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.227-1, Authorization and Consent 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement 52.227-3, Patent Indemnity 52.227-14, Rights in Data--General 52.227-15, Representation of Limited Rights Data and Restricted Computer Software 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference The most current versions of the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alt A, System for Award Management Alternate A 252.227-7013, Rights in Technical Data--Noncommercial Items 252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation 252.227-7016, Rights in Bid or Proposal Information 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions 252.227-7019, Validation of Asserted Restrictions--Computer Software 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.247-7023, Transportation of Supplies by Sea Quotes or proposals sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: CCAM-CAC (George Knowlton), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes or proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes or proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due the date and time set for receipt of quotes or proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes or proposals are received no later than 4:00 PM (Mountain Time) on 10 July 2015. The point of contact for all information regarding this acquisition is George Knowlton at (719) 554-1967, fax (719)554-8442 or at e-mail george.p.knowlton.civ@mail.mil. Response sent to any other email address will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/efc303a9ee6b36c11ac2071879f8046a)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN03784228-W 20150704/150702234512-efc303a9ee6b36c11ac2071879f8046a (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.