Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2005 FBO #1287
SOLICITATION NOTICE

70 -- Hewlett-Packard Storage Equpiment for USJFCOM

Notice Date
6/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-05-Q-2235
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00140-05-Q-2235. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-03 and DFARS Change Notice 20050509. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 334112 and the Small Business Standard is 1,000 employees. This is a sole source action for Hewlett-Packard equipment. The requirement is not set-aside for small business. The FISC Norfolk Philadelphia Contracts Department, Philadelphia Division requests quotations from Hewlett-Packard and their authorized resellers for providing the items in the following list in the specified quantities. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only Hewlett-Packard and Hewlett-Packard?s authorized resellers under the authority of FAR 13.501(a)(1)(ii) because only the Hewlett-Packard equipment is compatible with the existing USJFCOM system. Parties interested in providing other than the Hewlett-Packard equipment listed herein may identify their interest and capability to respond to the requirement. This notice of intent to acquire the listed Hewlett-Packard equipment is not a request for competitive proposals for equipment other than the Hewlett-Packard items identified herein. However, all responses received within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete among vendors intending to provide other than the Hewlett-Packard equipment identified herein based upon responses to this notice is solely within the discretion of the Government. Responses indicating that a vendor wishes to provide other than the Hewlett-Packard equipment listed will normally be considered solely for the purpose of determining whether to conduct a full and open competitive procurement. The Hewlett-Packard equipment that is intended to be acquired for the USJFCOM is as follows: CLIN 0001: 2 SANS Servers consisting of the following items: 2 ea. 283199-B23, EVA 2C12D-C 60Hz Graphite; 2 ea.258158-888, CTO/FLAG Storage CTO_FLAG; 140 ea. 64622-B23, HDD, 300GB FC 1" 10K Fact All; 8 ea. 221692-B21 Storage Works LC/LC 2m Cable; 2 ea. 189715-003, Storage Mgmt Appliance; 2 ea. T3268AA, OVSOM v1.2 media; 2 ea. T3273AA, HP OV SOM EVA5000/8000 unlimited LTU; 2 ea. T3588A, VCS HSV110 Media Kit 3.0C; 2 ea. T3640A, HP Business Copy EVA5000 Unlimited LTU; 2 ea. T3660A, HP StrgWorks Bus Copy CD Media Kit v2.3; 4 ea. A7394A, HP StorageWorks 4/32 SAN Switch Pwr Pack; 1 ea. HA110A3, HP CP 3Y Support Plus 24; 2 ea. Opt 8CD, CV EVA BC band 8CD Support; 2 ea. Opt 8CF, OVSOM CV EVA Bank 8CF Support; 4 ea. Opt 8D2, SAN Switch 2/32 and 4/32 PP Support; 1 ea. HA113A1, HP CP Installation; 4 ea. Opt 5GA, Lowend SAN/Edge Switch/HAFM Installation; 120 ea. C7525A; Fbr Optic Cable 16M LC Duplex 50/125M/M; 48 ea. 281541-B21, FCA2214 2GB HBA for Linux and Windows; 1 ea. HA113A1, HP CP Installation; 48 ea. Opt 527, Host Adapter Card/Router Installation; and 128 ea. A7446A, HP StrgWrks 4GB SW SnglPK SFP Transcvr. CLIN 0002: 2 Back-up units consisting of the following items: 2 ea. AA934A, HP StorageWorks ESL Extended 712e (LTO); 4 ea. E7803A, HP 4.5M power cord with L6-20Pplug; 4 ea. Opt OD1, Factory Integrated; 4 ea. AA928A; HP StorageWorks ESL Extended HP StorageWorks ESL E e2400-FC-2G Cntrlr; 4 ea. Opt OD1, Factory Integrated; 2 ea. AA938A, HP StorageWorks ESL E Drive Cluster; 2 ea. Opt OD1, Factory Integrated; 16 ea. AA941A, HP StorageWorks ESL E Ultrium 460 NFC Dr; 16 ea. Opt OD1; Factory Integrated; 2 ea. 343374-B21, License for Command View ESL; 2 ea. 343376-B21, License for Secure Manager ESL; 1 ea. HA110A3, HP CP 3Y Support Plus 24; 4 ea. Opt 8FC, Command View Secure Mgr ESL Support; 16 ea. Opt 8G5, ESL/MSL Tape Drives Support; 2 ea. Opt 4B6, ESL 322e or 712e LTO Library Support; 1 ea. HA114A1, HP CP Installation & Startup; 2 ea. Opt 5DQ; ESL Tape Library Installation; 18 ea. 221692-B23, Storage Works LC/LC 15m Cable; 1396 ea. C7972A, HP Ultrium 2 400GB Data Cartridge; 10 ea. C7978A, HP Ultrium Universal Cleaning Cartridge; 14 ea. Q2002A, HP Ultrium 2 Bar Code Label Pack; 2 ea. HA115A1, HP CP Implementation; 2 ea. Opt 5C5, SAN Level 2 Tier 5 Implementation. Delivery is required on an FOB: Destination basis to US Joint Forces Command (USJFCOM), Norfolk, VA 23511 within 30 days of the date of the contract. A representative of the USJFCOM will perform inspection and acceptance at destination. For purposes of this solicitation/synopsis, any references herein (or in cited clauses or provisions) to the term ?offeror: shall be construed to mean ?quoter?, and any references to the term ?offer? or ?proposal? shall be construed to mean ?quote?. The type of contract being solicited is firm fixed price. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html . The following FAR and DFARS provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items; DFARS 252.204-7004 entitled "Alternate A?; 52.212-3 with ALT I Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7000 Offeror Representations And Certifications - Commercial Items; 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 with the following clauses checked as applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995); Utilization of Small Business Concerns (May 2004); 52.219-9 Small Business Subcontracting Plan (Jan 2002) with ALT II (Oct 2001); 52.222-3, Convict Labor (June 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, 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 Contactor Registration (Oct 2003); 252.212-7001 with the following clauses checked as applicable: 52.203-3 Gratuities (APR 1984); 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996); 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (OCT 2003); 252.232-7003 Electronic Submission of Payment Requests (DEC 2003); and 252.243-7002 Requests for Equitable Adjustment (MAR 1998). Quoters are reminded to include completed copies of FAR 52.212-3, 52.212-3 ALT I, and DFARS 252.212-7000 with submitted quotes. All clauses shall be incorporated by reference in the order. Quotes are requested to be submitted no later than 4:00 PM local time Philadelphia, PA on 20 January 2005. Contact George Kozak who can be reached at (215) 697-9638 or email george.kozak@navy.mil. Oral communications are not acceptable in response to this notice. Quotes may be submitted via facsimile to (215) 697-9738. All responsible sources may submit a quote which shall be considered by the agency. All quotes should include pricing, a point of contact, name and phone number, completed copies of the certifications and representations mentioned above, and the past performance information described below. Quotes over 20 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The Government will intends to award a single contract, for all of the items listed herein, resulting from responses to this solicitation to the responsible quoter whose quote, conforming to the solicitation will be most advantageous to the Government, price and past performance considered. While price will be a significant factor in the evaluation of quotes, the final contract award will be based on a combination of the factors of price and past performance. The price and past performance factors will be considered of equal importance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ.
 
Place of Performance
Address: Delivery is to be made to USJFCOM, Norfolk, VA
Zip Code: 23511
 
Record
SN00822692-W 20050605/050603213345 (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.