Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2006 FBO #1706
SOLICITATION NOTICE

70 -- 1U Computers

Notice Date
7/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025306T0185
 
Response Due
8/7/2006
 
Archive Date
9/6/2006
 
Point of Contact
Diane Kostelecky 360-315-3384
 
E-Mail Address
Diane Kostelecky
(kosteleckydl@kpt.nuwc.navy.mil)
 
Description
The Naval Undersea Warfare Center Division Keyport is contemplating award for a fixed price contract for Forty-three (43) 1U Computers. This requirement is being issued as a Combined Synopsis/Solicitation for Commercial Items in accordance with FAR 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 Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. The solicitation number for this requirement issued as a Request for Quotation (RFQ) N00253-06-T-0185. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Federal Circulars 2005-09. The applicable NAICS code for this requirement is 334111 and has a size standard of 1,000. The requirements for the CLIN 0001: Six (6) 1U Computer, Powerworks com! puter with Dual Xeon Processors. Technical requirements are as follows: Intel Rack Optimized System Board with matching 1U Chassis with Hot Swappable SATA Backplane (3 drives); Dual Intel Xeon 3.6/800 MHz FSB, 2MB Cache per processor; Dual Intel Gigabit NICs on Board; 1 Slot PCI-X Riser Card; 4 GB DDR2 Memory (4 x 1GB DIMMS-DDR2); 1x 200GB SATA Drive; 7200 RPM 8MB Cache; Integrated SATA Controller for 2 Drives utilized; Windows XP Professional with SP2; Genuine Intel Slimline DVD-ROM Drive for Intel Chassis; Full IPMI 2.0 Capabilities with build in KVM; Tool-Free Slide Rails included with Cable Management Arm; Assembly and Testing; and three year warranty on parts and labor. The delivery date for CLIN 0001 is August 14 2006. CLIN 0002: Thirty-Seven (37) 1U Computer, Powerworks computer with Dual Xeon Processors. Technical requirements are as follows: Intel Rack Optimized System Board with matching 1U Chassis with Hot Swappable SATA Backplane (3 drives); Dual Intel Xeon! 3.6/800 MHz FSB, 2MB Cache per processor; Dual Intel Gigabit NICs on Board; 1 Slot PCI-X Riser Card; 4 GB DDR2 Memory (4 x 1GB DIMMS-DDR2); 1x 200GB SATA Drive; 7200 RPM 8MB Cache; Integrated SATA Controller for 2 Drives utilized; Windows XP Professional with SP2; Genuine Intel Slimline DVD-ROM Drive for Intel Chassis; Full IPMI 2.0 Capabilities with build in KVM; Tool-Free Slide Rails included with Cable Management Arm; Assembly and Testing; and three year warranty on parts and labor. The delivery date for CLIN 0002 is August 31 2006. Offers shall be FOB Destination to NUWC Keyport WA 98345-7610. The following clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors. FAR 52.212-2 Evaluation – Commercial Items. Evaluation for this requirement shall be based on the ability to meet technical requirements, past performance utilizing the Navy’s Red, Yellow and Green program, price, and delivery. FAR 52.212-3 Offerors Representation and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.204-7 Central Contractor Registration, and DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate. Offers shall complete all required documents for the above clauses. To access the provisions to be completed, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Reg! ulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. Offerors are also advised that these representations and certifications must be completed electronically via the ORCA website at http://orca.bpn.gov. The following are additional FAR and DFAR clauses applicable to this acquisition. FAR Clauses: 52.203-3 Gratuities, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-4 Printed/Copied Double-Sided on Recycled Paper, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues/Fees, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.252-2 Clauses Incorporated by Reference. DFAR clauses: 252.212-7001 Contract Terms and Conditions, 252.225-7001 ! Buy American Act-Balance of Payments Program, 252.232-7010 Levies on Contract Payments, 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea, 252.247-7024 Notification of Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004A Required Central Contractor Registration. Quotes/Offers are due no later than 7 August 2006, 0800 hours Pacific Standard Time. Contractors interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all Representations and Certifications, DUNs Number information, and Buy American Act information found in the above clauses. Contractors shall ensure current registration in the DoD Central Contractor Registration database http://www.ccr.gov. Any questions should be submitted in writing via fax number (360) 396-7358 or e-mailed to kosteleckydl@kp! t.nuwc.navy.mil. A bidders list will not be maintained by this office . No paper copies of this RFP / amendments will be mailed. Failure to respond to this RFP and associated amendments prior to the date and time established may render an offer non-responsive and result in rejection. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-JUL-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
NECO
(http://www.fbo.gov/spg/DON/NAVSEA/N00253/N0025306T0185/listing.html)
 
Record
SN01100108-F 20060729/060727224454 (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.