Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2005 FBO #1172
SOLICITATION NOTICE

70 -- Upgrade for GENESIS32 OPC-Based System

Notice Date
2/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-05-T-0165
 
Response Due
2/18/2005
 
Archive Date
3/5/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ N00189-05-T-0165. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase on a sole source basis the following item(s): (1) SUPPORTWORX - 2-year site plan upgrade with N/C Upgrade to GENESIS32 V8 when trading-in current SUPPORTWORX Package; (2) WEBHMI-Server ? provides OPC and visualization information from any ICONICS GENESIS32 OPC-Based System for two (2) simultaneous computers running Microsoft?s Internet Explorer Browser 5.0 or greater. WEBHMI-Server must be loaded on the same machine as a GENESIS32 Runtime System. WEBHMI-Server I/O Point Count is limited to that of the GENESIS32 product it obtains its license from; (3) WEBHMI/5 User Pack - WEBHMI/5 allows five (5) additional simultaneous Internet Explorer Browsers. NOTE: Requires WEBHMI-Server to be installed on the same node; (4) GENESIS32 Unlimited I/O Point Count Runtime System; and (5) (2) Ea. Dell PowerEdge 1850 Servers- Intel Xeon processor at 2.8GHz/1MB Cache, 800MHz FSB, No Operating System, (2) Ultra 320 SCSI Hard Drives with 36GB 10K RPM, 1U Form Factor, 1GB DDR2 400MHz (2X512MB), Single Ranked DIMMs, Rack Chassis w/Rapid Rails for Dell, HPQ or other Square Hole Racks, PE1850, Dual On-board NICS, No Redundant Power Supply, Drives attached to embedded SCSI controller, Drives attached to embedded PERC4ei, RAID O, Embedded RAID (ROMB)-PERC4ei (Embedded Integrated), Riser with PCI-X Support and Embedded Raid (ROMB) Support. Delivery will be 30 days after the receipt of order. FOB: Point Destination to Norfolk, VA 23511. Manufactured by Iconics, Inc., 100 Foxboro Blvd., Foxboro, MA 02035. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). 252.225-7000 Buy American Act?Balance of Payments Program Certificate (APR 2003) At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by February 18, 2005, 11:00 A.M. Offers can be emailed to maryanne.lindsay@navy.mil, faxed to 757-443-1389 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Mary Anne Lindsay, Norfolk, VA.23511-3392. Reference RFQ N00189-05-T-0165, on your proposal. Numbered Notes 1 and 22 apply. NAICS 423430 (100 Employees)
 
Place of Performance
Address: 9742 Maryland Ave/Norfolk/VA
Zip Code: 23511
Country: USA
 
Record
SN00747671-W 20050210/050208212350 (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.