Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOLICITATION NOTICE

70 -- NETWORK APPLIANCE'S HARDWARE AND SOFTWARE SUBSCRIPTION MAINTENANCE

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N0060405T0615
 
Response Due
8/8/2005
 
Archive Date
8/23/2005
 
Description
Fleet & Industrial Supply Center (FISC) , Pearl Harbor (PH) intends to award a Sole Source contract to Network Appliance, Inc., 495 E. Java Dr., Sunnyvale, CA 94089 for the Continuous Maintenance of the NETAPP Hardware/Software. Maintenance support includes the following: (1) toll free telephone support, 7 days a week, 24 hours: (2) next day parts replacement by courier. Subscription includes upgrades and updates. Locations: Joint Intelligence Center Pacific (JICPAC), 352 Halawa Dr., Pearl Harbor, HI and USAPACOM, ADP server site (Pass J), Bldg 714, Rm. B6, Yokota, AB, Fussa-shi, Tokyo, Japan 197. The contract period of performance is anticipated to be a base year and four twelve-month options. This is a combined synopsis/solicitation for the acquisition of commercial services prepared in accordance with FAR Subpart 12.6 format, as supplemented with additional information included in this announcement. THIS ANNOUNCMENT CONSTITUES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUIRED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. All responsible sources may submit a proposal in response to this synopsis, which shall be considered. This synopsis/solicitation is being issued as a Request For Proposal (RFP), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular (FAC) 2005-4 and DFARS Change Notice 20050621. The Federal Supply Code (FSC) is 7010. The NAICS code and the small business size standard for this procurement is 541512 and $21.0M, respectively. Contractor must be registered in the Central Contractor Registration (CCR) database (https://www.bpn.gov) to be eligible for DoD contract awards. Lack of registration in the CCR database will make a quoter INELIGIBLE FOR AWARD. All qualified responsible business sources may submit a proposal, which shall be considered by the agency. The following clauses, which may be obtained at http://www.205.130.237.11/far are applicable: FAR 52.204-4, FAR 52.212-1 Instructions to Offerors-Commercial Items, UNIT PRICES (FISC PEARL HARBOR) (JULY 2005), Contractor?s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 204) are currently to be completed on line at http://orca.bpn.gov/; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2005); 52.203-6 Restrictions on Subcontractor Sales to the Govt (JUL 1995); 52.219-8 Utilization of Small Business Concerns (MAY 2004); 52.219-9 Small Business Subcontracting Plan (Jan 2002); 52.222-21Prohibition of Segregated Facilities (Feb 1998); 52.222-26 Equal Opportunity (APR 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, (Dec 2000); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-36 Payment by Third Party (May 1999); 52.213-2 Invoices (Apr 1984); 52.215-5 Facsimile Proposals; 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.232-18 Availability of Funds (Apr 1984); DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (Nov 1995); 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005); 52.203-3 Gratuities (Apr 1984); 252.205-7000 Provision of Informaiton to Co-operative Agreement Holders (Dec 1991);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 (Sep 2004); 252.243-7002 Requests for Equitable Adjustment (Mar 1998); 252.247-7023 Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000); 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); REVIEW OF AGENCY PROTESTS (FISCPH) (JUL 2005) (a) The contracting activity, FISC, Pearl Harbor (FISCPH), will process agency protests in accordance with the requirements set forth in FAR 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the ?Contracting Officer? or ?Reviewing Official?. (d) Offerors should note this review of the Contracting Officer?s decision will not extend GAO?s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action; and Evaluation Factors For Award (Low Cost, Technically Acceptable (FISCPH) (Jul 2005) Award of the contract resulting form this solicitation will be made to the responsible offeror whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest cost or price. The Government reserves the right to judge which proposals show the required capability. Past Performance shall be evaluated in accordance with FAR 9.103. The Government also reserves the right to eliminate from further consideration those proposals, which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. All prospective quoters, interested in submitting a proposal for this solicitation shall include your company name, address, telephone number and point of contact, fax number, e-mail address and Commercial Entity (CAGE) code. Quoters are requested to submit their offer using the Standard Form 1449, Solicitation/Contract Order for Commercial Items form which can be found at http://www.forms.gov/bgfPortal/citizen.portal . The completed Representations and Certifications, completed at http://orca.bpn.gov/ must be submitted with your quote. Proposals mailed to Regional Contracting Dept., FISC, Code 203.DA, Attn: Deborah Alberto, 1942 Gaffney St, Ste. 100, Pearl Harbor, HI 96860-4549, emailed to Deborah.alberto@navy.mil or faxed to (808) 473-0811 or (808) 473-5750. Quotations are due 2 pm Hawaii Standard Time (HST) on 08 Aug 2005.
 
Place of Performance
Address: Joint Intelligence Center Pacific, 352 Halawa Drive, Pearl Harbor, Hawaii
Zip Code: 96860
 
Record
SN00858246-W 20050731/050729212627 (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.