Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2004 FBO #1123
SOLICITATION NOTICE

70 -- Platinum RAID Storage Equipment/Components for G3 SORC

Notice Date
12/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
US Army Space Command, ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211, Colorado Springs, CO 80916-2749
 
ZIP Code
80916-2749
 
Solicitation Number
W91260-05-T-0002
 
Response Due
1/3/2005
 
Archive Date
3/4/2005
 
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: proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-05-T-0002 is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. Standard Industrial Classification number is 3572. NAICS number is 334112. Business Size Standard is 1,000 employees. DESCRIPTION: Platinum RAID Stora ge equipment/components for G3 SORC. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here and applied to all items and compo nents discussed hereafter. The offeror shall deliver all items and quantities within fourteen (14) business days after receipt of Purchase Order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers ( CLIN) 0001 through CLIN 0003. Offerors shall structure their proposal to include a price for: CLIN 0001- MicroNet 1.25 TB Platinum RAID 800, with USB 2.0 Desktop FireWire 800 and USB 2.0 Hardware RAID. MicroNet P/N PR1250U2F or equal. QTY: 11 EA CLIN 0002- Micronet Platinum RAID SCSI Desktop SCSI Ultra160, 1.25 TB (5x250GB HDD). MicroNet P/N PR1250SC. QTY: 4 EA CLIN 0003- MicroNet 250GB Drive Module for Platinum RAID. MicroNet P/N PRDM-250 or equal. QTY: 4 EA Quotes citing products and/or services 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. Products and/or ser vices not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within fourteen (14) bus iness days after receipt of Purchase Order, which presumes contract award no later than 5 January 2005. Delivery/Acceptance point is HQ US Army Space and Command, SMDC-AR-LO-S, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are b etween the hours of 0730 and 1630 MT. 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 proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 1:00 PM, Mountain Time, 03 January 2 005. Award is anticipated no later than 7 January 2005. 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 Capability - ability to prov ide the products stated herein of the same or better functional and physical characteristics; (2) Delivery Schedule - ability to meet required delivery date; and (4) Total Proposed Price, inclusive of shipping costs and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed m eet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's 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 valida te 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 proposal. Award will be made without discussion; therefore each offeror is enco uraged to submit their best terms with their proposal. 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 fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era V eterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Paym ents Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space Command, ATTN: SMDC-CM-S, 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted b y facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date/time set for receipt of proposals - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 1:00 PM, Mountain Time, 03 January 2005. The point of contact for all information regarding this acquisition is Steven Butler at (719) 554-1989, fax (719) 554-8405/8442 or at e-mail steven.butler@smdc-cs.army.mil.
 
Place of Performance
Address: US Army Space Command ATTN: SMDC-AR-CM, 350 Vandenberg Street Peterson AFB CO
Zip Code: 80914
Country: US
 
Record
SN00724634-W 20041223/041221212139 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.