Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOLICITATION NOTICE

D -- Terminal Services Project

Notice Date
7/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
IS0034-05
 
Response Due
7/25/2005
 
Archive Date
8/9/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR part 13 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. The solicitation number is IS0034-05 and this solicitation is issued as a Firm Fixed Price Services contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03. The North American Industrial Classification Code is 514210. UNICOR intends to enter into a firm fixed price Requirements contract for Terminal Services. The period of performance for this requirement is from date of award thru two years (2 years). The delivery time is two weeks after receipt of delivery order. Provision at FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Clause 52.212-2, Evaluation-Commercial Items applies. This requirement will be done as a Reverse Auction utilizing Global eProcure to conduct the bidding event. All pricing shall be offered at the time of the bidding event. However, all solicitation packages shall be returned to the attention of Joscie L. Barnes completed with all required information exclusive of pricing. The award shall be based on the best value to the Government. The evaluation factors are as follows: Past Performance, the ability to conform to the specifications, and price. Past Performance is significantly more important than cost or price. The Government may make award without discussions, therefore, the offeror?s initial proposal shall contain offeror?s best pricing. Tradeoff Process: It may be in the Government's best interest to consider award to other than the lowest priced offeror or other than the highest technical rated offeror. This process may include tradeoffs among cost/price and non-cost factors and allows the Government to accept other than the lowest priced proposal if the perceived benefits of the highest priced proposal are determined to merit the additional cost. The following forms must be completed and included with the offer: SF-1449; ACH form; FPI9999.999-9, Business Management Questionnaire must be completed with a minimum of three (3) references for those that have been performed that are of similar or like the service being solicited for. Clause at 52-212-4(d) DEVIATION, Contract Terms and Conditions-Commercial Items apply. The following clauses apply to this requirement and are referenced under FAR Clause 52.212-4: 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, applies. Clause 52.204-7, Central Contractor Registration applies. All contractors submitting an offer in response to this solicitation shall be registered at the Central Contractors Registration Website (www.ccr.gov) Clause 52.233-1 Disputes DEVIATION applies. OMB Clearance 9000-0136. Clause 52.211-2, Availability of Specifications applies. Clause 52.233-2 Service of Protests and; Clause 52.233-3 Protests after Award applies. Vendors shall submit signed and dated offers to, UNICOR Federal Prison Industries ATTN: Joscie L. Barnes, Senior Contracting Officer, Integrated Solutions/Procurement Branch, 7th Floor, 400 1st Street, NW, Washington, DC 20534. Offers may be sent overnight mailing to the above referenced address/point of contact. The date and time for receipt of offers is 07/25/2005 NLT 11:00 AM EST. Offers must reference the solicitation No. IS0034-05, company name, address and telephone number of offeror, technical description of the item being offered in sufficient detail to evaluate compliance with the requirements outlined in this solicitation, terms of any expressed warranty, price, any discount terms, remit to address, certification that offerors representations and certifications have been entered at the ORCA website (http://orca.bpn.gov/publicsearch.aspx), and acknowledgment of all amendments, if any. All proposals that fail to certify that the required representations and certifications have been completed at the ORCA website or fail to adhere to the terms and conditions of this solicitation shall no longer be considered for award. All Contractors MUST be registered in the Contractor Performance System (CPS). To register go to http://cps.od.nih.gov click on the hypertext Registration for Existing Contracts listed under the column labeled ?Contractor Information,? read the information provided on the page and click the hypertext http://cpscontractor.nih.gov/, this will put you on the Login screen of the Contractor Performance System (CPS). On the right hand side of the screen you will see a question ?Registered to the New CPS yet? Click here to start the process under the word ?BULLETINS.? Click the word ?here? which is in hypertext format. Enter the required information to register. If you have any questions you can contact CPS Support by E-Mail cps-support-I@list.nih.gov) or call Jo Ann, Paulette or Alex on (301) 451-2771. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers received after the date and time specified may not be considered for award. Questions/inquiries regarding this solicitation shall be addressed in writing via email to the attention of Joscie L. Barnes, jbarnes@central.unicor.gov. All forms necessary to submit an offer in response to this solicitation; as well as all clauses and provisions referenced in this announcement may be accessed at the following web site: www.unicor.gov/fpi_contracting/about_procurement/forms/. They are available upon written request via email to jbarnes@central.unicor.gov The clauses referenced in this solicitation are in the same force and effect as if in full text. To view the full text of a clause referenced herein, you may go to www.arnet.gov/far. All offers received in response to this solicitation shall be considered. The scope of work for this requirement can be requested via email attention Joscie Barnes, and it will be sent electronically. The Contracting Officer has opted to conduct a competitive, anonymous, on-line reverse auction, auction as described herein. The Contracting Entity has retained Global eProcure to conduct the auction for this solicitation. Global eProcure refers to its auction as a Web-based Bidding Event. To avoid confusion and for the sake of consistency this solicitation will be Event IS0034-05. However, use of this phrase shall not be construed to imply that this solicitation is being conducted under the procedures set forth in FAR Part 14. This solicitation is being conducted under the procedures set forth in FAR Part 12 and 13. During the Event, offerors will provide pricing through submission of electronic offers via the Global eProcure website. The primary pricing competition for this solicitation will be through the online reverse auction. Global eProcure will explain the process in detail and train all interested contractors participating in this acquisition prior to the Event. The identity of offerors will not be revealed during the Event. This requirement will consist of 2 Lots. Lot 1 consists of 1 Line Item and is scheduled to close at 1:20 PM EST. Lot 2 consists of Line Item 2 and is scheduled to close at 1:40 PM EST. Offerors will have the ability to submit revised pricing during the Event in response to prices submitted by other offerors. The final revision during the Event will be considered the Offerors final proposal. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to factors other than price with offerors at anytime prior to award. During the Event, Offerors may revise their initial pricing proposal through submission of electronic offers during the anonymous Event. The Event shall constitute discussions with the Offerors. The final such revision during the Event will be considered the Offerors Final Proposal Revision (FPR). The Contracting Officer reserves the right to suspend or cancel the Event at any time. If the Contracting Officer cancels the Event, Final Proposal Revisions will be requested by an amendment to the solicitation. Notwithstanding FAR 52.212-5, Offerors will submit pricing ONLY through the on-line mechanism supplied by Global eProcure. Offerors WILL NOT submit pricing via any other mechanism, including but not limited to post, courier, fax, E-mail, or orally unless specifically requested by the Contracting Officer. At the conclusion of the Event, UNICOR intends to award the contract, to the Offeror whose proposal including evaluation of all past performance information submitted as outlined above is deemed to be the Best Value to the Government. The Contracting Officer reserves the right to award to other than the low-priced Offeror(s) or to make no award under the solicitation. Offerors should contact Santosh Nair (732) 382-6565 and/or e-mail Santosh.Nair@eglobalprocure.com with specific questions and preparation of the Event. Detailed instructions on the bidding event will be emailed to suppliers prior to the practice event. The practice bidding Event will be held on July 27, 2005 at 1:00 PM EST. The actual Live Bidding Event will take place on July 28, 2005 at 1:00 PM EST. Please send an email to the attention of Joscie Barnes at jbarnes@central.unicor.gov for a copy of the specifications. The statement of work is as follows: The Terminal Services project has 3 phases where Phase One is already completed. We would need to implement Phase 2 this fiscal year 2005 and Phase 3 in fiscal year 2006. Specifications for HP Compaq Thin Clients (minimum) HP Compaq Thin Client t5510 800 MHz Thin Client 64/32 MB Flash Memory 128 MB DRAM Memory Windows CE. Net with Web Browser Terminal Services Project Equipment List FY05/FY06 Terminal Service Thin Clients PART # * DESCRIPTION * MFR * Qty Qty FY05 FY06 CLIN 0001 PC541A#ABA T5510 800MHZ THIN CLIENT INCL KEY/MSE Qty =988 Qty =861 USB 64MB/32MB-FLSH CE.NET T-CLNT TERM CLIN 0002 APC ESSENTIAL SURGEARREST 6OUTLETS 490J Qty =988 Qty =861 6FT CORD 120V SURGE PER *********************************************************************************** Terminal Service Server Components PART # * DESCRIPTION * MFR * Qty Qty FY05 FY06 CLIN 0003 PROLIANT DL380 G4 SERVER XEON 3.4G/800 1MB Qty =17 Qty =16 CACHE 1GB RACK RM-SVR SYST HEWLETT PACKARD CLIN 0004 311583-B21 Qty =17 Qty =16 XEON 3.4G/800 1MB PROCESSOR FOR ML370 DL380 G4 XEON CHIP HEWLETT PACKAR CLIN 0005 343056-B21 ? Memory ( 2 per Server) Qty =34 Qty =32 2GB PC2-3200 DDR SDRAM 2X1GB STDMEM MEM HEWLETT PACKAR CLIN 0006 286714-B22 ( 5 per Server) Qty =85 Qty =80 72GB 10K U320 PLUGGABLE HARD DRIVE SAME AS SPARE# 289042-001 HEWLETT PACKAR CLIN 0007 355892-001 ( 1 per Server) Qty =17 Qty =16 REDUNDANT POWER SUPPLY FOR G4 DL380 WITH NEMA AND IEC POWER CORDS S-PWR PWR HEWLETT PACKAR CLIN 0008 293048-B21 ( 1 per Server) Qty =17 Qty =16 REDUNDANT FAN KIT (3 FANS) DL380 G3 G4 C -FAN FAN HEWLETT PACKAR CLIN 0009 291967-B21 ( 1 per Server) Qty =17 Qty =16 SMART ARRAY 642 2CH U320 PCI-X 64MB CACHE RAID CONTROLLER MSD CTLR COMPAQ CLIN 0010 U4545E ( 1 per Server) Qty =17 Qty =16 HP CPE 3YR 4HR24X7 HW PROLIANT DL380 EXWARR SVCS HEWLETT PACKAR CLIN 0011 336044-B21 ( 1 per Hub) 11/26 KVM SERVER CONSOLE SWITCH 1X8 RJ45 KVM-S Qty =11 Qty =0 W PERP HEWLETT PACKARD CLIN 0012 262587-B21 ( 1 per Hub) 11/26 Qty =11 Qty =0 INTERFACE ADAPTERS 8/PK RACK OPTIONS SERVERS MSD CPNT COMPAQ CLIN 0013 SMART3000RM2U Qty =22 Qty =0 SMART PRO 3000 RM-2U 120V LINE-INT 9OUT 5-30 USB NMS ACC TRIPP LITE *********************************************************** Terminal Service Domain Controller PART # * DESCRIPTION * MFR * Qty Qty FY05 FY06 CLIN 0014 (cpr-350535-b21) HP Proliant DL140 2x 7/2.4 80GB 1GB 26 0 CLIN 0015 (cpr-349046-b21) HP Proliant DL140 CD-Rom Kit 26 0 CLIN 0016 (cpm-351109-b21) HP 1GB PC2100 Memory 26 0 Phase II ? To be completed October 1, 2005 Purchase 988 Thin clients / 17 Servers Phase III ? To be completed October 1, 2006 Purchase 861 Thin clients / 16 Servers
 
Place of Performance
Address: Various Locations
 
Record
SN00847155-W 20050716/050714212001 (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.