Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

70 -- SMDC ARSTRAT requirement for SATABeast

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-95-T-0012
 
Response Due
5/19/2006
 
Archive Date
7/18/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 c onstitutes 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 W91260-06-T-0012 and is 100% set aside to Service Disabled Veteran Owned Small Bus iness concerns. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 dated 19 Apr 2006. Standard Industrial Classification number is 5045. NAICS number is 423430. Business Size Standard is 100 employees. DESCRIPTION: 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 an d components discussed hereafter. The offeror shall deliver all items to U.S. Army Space and Missile Defense Command, 350 Vandenberg Street, Peterson AFB, CO 80914, as stated. Offerors shall structure their proposal to include a price for: CONTRACT LIN E ITEM Number (CLIN) 0001 - Nexsan SATABeast, Rackmount Fibre-to-SATA, Dual Controller, 42 Bay, 4U, 12MB Cache Configured with (42) 500GB Disks/7200 RPM, Nexsan P/N G2F-42500ADRG or equal. Quantity: 3 EA. CLIN 0002 - Nexsan Additional 500 GB DRIVE (spare) w/ carrier. Nexsan P/N SATAG-500-A or equal. Quantity: 3 EA. CLIN 0003 - 3 Meter LC-LC Fiber cables, P/N 3M LC-LC, Quantity 12 EA. CLIN 0004 - Qlogic 2340 HBA 64-bit, 133MHZ PCI-X to 2 Gb Fibre Channel adapter, single-port, optic, standard, P/N QLA2340, Quantity 4 EA. Quotes citing products 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 not provi ded under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Technical/Functional requirements: Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand N ame or Equal. All items are desired to be delivered FOB Destination, within 14 days after receipt of order (ARO); which presumes contract award no later than 02 June 2006. Delivery/Acceptance point is HQ US Army Space and Missile Defense Command, 350 Vande nberg Street, Peterson Air Forc Base, Colorado 80914. Government workdays are between 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) th e 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 Service Disabled Veteran Owned Small Business sources that believe they can provide the required equipment must respond no later than 2:00 PM on 23 May 2006 (Mountain Time). Award is anticipated no later than 02 June 2006. Payment of invoice(s) shall be by Government credit card under the Order contemplated. The successful o fferor shall be responsible for any/all bank fees incurred in connection with accepting payment of invoice(s) by Government credit card. Therefore, offerors are responsible for ensuring payment of invoice(s) by Government credit card is included as a facto r in the basis of their quote. 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) System Design/Configuration Technical/Functional Capability - ab ility to provide the products stated herein of the same or better functional and physical characteristics; (2) Schedule - ability to meet or exceed required de livery date for CLINs 0001 - 0004 above; (3) Past Performance - ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner and (4) Total Proposed Price, inclusive of warranty price and a ccepting payment of invoice by Government credit card - 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 th e products proposed meet 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 pr oduct offered to the product stated and required herein. Offerors 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 rele vant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Offeror shall provide a minimum of 3 references to which the same or similar products and services have been delivered within the la st 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracting office point of contact, technical office point of contact, current telephone and f ax numbers for both, and statement regarding problems with the product, contract and/or delivery. 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 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside applies to this acquisition. 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 a dditional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 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 Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs pr ovisions 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 Restrictiv e 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 and Missile Defense Command, ATTN: SMDC-RD-CM-W, 350 Vandenberg Street, Peterson AFB, C olorado 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 by facsimile, however, it is the responsibility of the Offeror to ensure receipt - see also in this respect FAR 52 .215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 2:00 PM on 23 May 2006. The point of contact for all in formation regarding this acquisition is Leah Pauls at (719) 554-8448, fax (719) 554-8405 or e-mail at leah.pauls@smdc-cs.army.mil.
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
Country: US
 
Record
SN01048343-W 20060517/060515220754 (fbodaily.com)
 
Source
FedBizOpps 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.