Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
SOLICITATION NOTICE

58 -- F2MT356132A100

Notice Date
6/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ AIA, HQ AIA/LGCK 102 Hall Blvd, Ste 258, San Antonio, TX, 78243-7030
 
ZIP Code
78243-7030
 
Solicitation Number
F2MT356132A100
 
Response Due
6/9/2006
 
Archive Date
6/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis/solicitation for purchase of a file server capable of storing minimum 20 terrabytes of data. The system must be rack mountable, support windows or Linux OS, have a 10/100 network interface, use SATA hard drives, hyave 2GB RAM, and support RAID 5 disk storage and the server will allow for 2 years of data to be stored for quick access. 1 each, NAS File Server, P/N #NSWSS3U-130-1-16500 ? (2) XRS16-500-GM Excel Meridian Data Net Stor WSS 21 TB (usable)NAS File Server; 1 each, Processor, P/N #WSS-30GHZ, NETSTORE WSS second 3.0 GHZ 64-bit Processor; Prepared in accordance with the format in SUBPART 12.6, 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 document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-09. The requirement is FOB Destination. Place of performance is 105 Hall Blvd, Ste 205 San Antonio, TX 78243. Payment of invoices will be made by DFAS-Limnestone. The estimated completion date of all requirements listed is 26 May 2006. The following FAR clauses and provisions apply to this requirement, which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1. Instructions to Offerors ? Commercial Items (JAN 2006), 52.212-2, Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications-Commercial Items, (MAR 2005), 52.212-4, Contract Terms and Conditioins ? Commercial Items (SEP 2005; FAR 52.212-5, Contract Terms and Conditiions required to Implement Statutes or Exxecutive Orders ? Commercial Items (APR 2006); FAR 52.212-5, Contract Terems and Conditions required to Implement Statutes or Executive Orders ? Commercial Items (DEVIATION) (APR 2006); as do the following FAR clauses cited therein: 52.252-2 Clauses Incorporated by Reference (FEB 1998). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (MAR 2006). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE RQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTIN EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AND AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT. ALL RESPONSES RECEIVED THE THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the HQ Air Intelligency Agency Contracting Flight not later than 2:00 PM, Central Time (09 JUN 2006) and should reference the Solicitaiton listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSALS A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (MAY 2004.). Award will be made on or about (12 JUN 2006). Effective October 2004 contractors must register with the Online Representations and Certifications Application (ORCA), or risk having their proposals declared non-responsive. ORCA replaces most paper-based Certs and Reps. If you are required to be registered in CCR, you are now required to also be registered in ORCA http://orca.bpn.gov is the address to register your company Reps & Certs. It will be effective for one year or until your company changes its information. The application will take 24 hours to become effective for the purchasing offices to view. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Teresa Filippone at (210) 977-6588 or email teresa.filippone@lackland.af.mil. Prepared in accordance with the format in SUBPART 12.6, 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 document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-09. The requirement is FOB Destination. Place of performance is 105 Hall Blvd, Ste 205 San Antonio, TX 78243. Payment of invoices will be made by DFAS-Limnestone. The estimated completion date of all requirements listed is 29 JUN 2006. The following FAR clauses and provisions apply to this requirement, which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1. Instructions to Offerors ? Commercial Items (JAN 2006), 52.212-2, Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications-Commercial Items, (MAR 2005), 52.212-4, Contract Terms and Conditioins ? Commercial Items (SEP 2005; FAR 52.212-5, Contract Terms and Conditiions required to Implement Statutes or Exxecutive Orders ? Commercial Items (APR 2006); FAR 52.212-5, Contract Terems and Conditions required to Implement Statutes or Executive Orders ? Commercial Items (DEVIATION) (APR 2006); as do the following FAR clauses cited therein: 52.252-2 Clauses Incorporated by Reference (FEB 1998). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (MAR 2006). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE RQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTIN EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AND AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT. ALL RESPONSES RECEIVED THE THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the HQ Air Intelligency Agency Contracting Flight not later than 2:00 PM, Central Time (09 JUN 2006) and should reference the Solicitaiton listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSALS A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (MAY 2004.). Award will be made on or about (12 JUN 2006). Effective October 2004 contractors must register with the Online Representations and Certifications Application (ORCA), or risk having their proposals declared non-responsive. ORCA replaces most paper-based Certs and Reps. If you are required to be registered in CCR, you are now required to also be registered in ORCA http://orca.bpn.gov is the address to register your company Reps & Certs. It will be effective for one year or until your company changes its information. The application will take 24 hours to become effective for the purchasing offices to view. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Teresa Filippone at (210)977-6588 or e-mail teresa.filippone@lackland.af.mil.
 
Place of Performance
Address: 102 Hall Blvd, bldg 2000, suite 258, San Antonio TX
Zip Code: 78243-7091
Country: USA
 
Record
SN01062533-W 20060607/060605220510 (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.