Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2006 FBO #1710
SOLICITATION NOTICE

70 -- Sun Fire X4100 Server

Notice Date
7/31/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS1, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133106T0095
 
Response Due
8/7/2006
 
Archive Date
9/6/2006
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Surface Warfare Center Panama City (NSWC PC). This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. This is a Request for Quotation (RFQ); the solicitation number is N61331-06-T-0095. The Naval Surface Warfare Center Panama City (NSWC PC) intends to purchase, on a brand name specific basis, the following SUN hardware equipment configured with SUN certified components. Any component that would void the SUN warranty is not acceptable. Offerors must be authorized/approved Sun resellers. This procurement will be issued using full and open competition in accordance with FAR 52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns. The following is being procured: CLIN 0001: 122 each Sun Fire X4100 x64 Server: XATO base chassis for 2-disk-and-DVD system configuration including motherboard with 1 Power Supply Unit, redundant fans fully assembled with following installed: a. DVD-ROM drive for Sun Fire X4100 and X4200 x64 servers. XATO and FACTORY INTEGRATION, b. 2 each AMD Opteron Model 280 (2.4Ghz/1MB) dual core processor for Sun Fire X4100 and X4200 x64 servers. XATO only, c. 4 each 2 GB Memory Kit DDR1-400 Registered ECC DIMMs (2x1GB) for Sun Fire X4100 and X4200 x64 servers. XATO and FACTORY INTEGRATION, d. 2 each 73GB 10K RPM 2.5inch SAS hard disk drive. XATO and FACTORY INTEGRATION, e. Redundant Hot Swapable Power Supply, f. North American/Asia Power Cord Kit, PN: X311L included CLIN 0002: 122 each Slide Rail Kit, PN: X8029A CLIN 0003: 8 each Redundant Hot Swapable Power Supply, PN: X8026A CLIN 0004: 38 each Dell Precision Intel Xeon Processor 3.40 GHz Dual-Display Console CLIN 0005: 50 each Red Hat Network (RHN) Enterprise management Module, PN: 9935-1410 CLIN 0006: 1 each RHN Satellite Server, PN: 9935-1405 CLIN 0007: 1 each RHN Satellite Installation, 1 week, PN: 9935-46038 CLIN 0008: 1 each Red Hat Travel and Expenses, PN: 9935-45911 CLIN 0009: 1 each Red Hat DISA BPA Contract Fee, PN: 9935-45909 CLIN 0010: 7 each Power Cable, PN: X6828A CLIN 0011: 7 each Power Jumper Cables, PN: X9237A CLIN 0012: 21 each Power Jumper Cables, PN: X9238A NAICS Code is 334111 and the Small Business Size Standard is 1,000 employees. Delivery will be F.O.B. Destination and the order will be divided among the following locations: NSWC PC Panama City, FL, NUWC Division Newport, RI, and NSWC Dahlgren, VA on or before 1 September 2006. The order will be a firm fixed price order. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions of Offerors - Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to stacy.figlinski@navy.mil, no later than 3:00pm (CT) August 7, 2006. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror's DUN's number, CAGE code! and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award; (5) A copy of the complete commercial warranty provisions and terms; (6) offered delivery time; (7) completed copies of FAR 52.212-3 and DFARS 252.212-7000; (8) past performance data of the last three sales for the same or similar item. For each reference include: contract number, dollar value, date of sell, organizational name, point of contact, address, phone number and email; (9) The price proposal should include: (a) a copy of the current catalog or established price list for the items covered by the offer, or information where the established price may be found; (b) a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. (c) A statement th at such items are commercial items sold in substantial quantities to the general public, at the prices list in the above mentioned catalog or established price list; (d) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2004) applies to this requisition. The following clauses are applicable: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037 and 252.247-7024. The Defense Priority and Allocation System (DPAS) rating is a DO-A70. The closing date for receipt of proposals is no later than 3:00 pm (CT) on August 7, 2006. Electronic quotes are encouraged at stacy.figlinski@navy.mil. Proposals may also be faxed to (850) 234-4251 or delivered to NSWC PC, Attn: Code XPS1/Figlinski, 110 Vernon Avenue, Bldg. 372, Panama City, FL 32407. Point of Contact Stacy Figlinski (850) 235-5842, fax (850) 234-4251 Stacy Figlinski is the POC for N61331-06-T-0095 Email your questions to Stacy Figlinski at stacy.figlinski@navy.mil
 
Web Link
NSWC Panama City Synopsis Table
(http://www.ncsc.navy.mil/Contracts/Ztables/syntable.htm)
 
Record
SN01102400-W 20060802/060731222014 (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.