Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2006 FBO #1726
SOLICITATION NOTICE

D -- NetApps R200 Network Appliance Storage Filers

Notice Date
8/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Information Services Support Branch (ACSI), 3838 Vogel Road, Arnold, MO, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
EDM88861150100
 
Response Due
8/21/2006
 
Archive Date
9/5/2006
 
Description
This is a combined synopsis/solicitation for brand name commercial items 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. NGA intends to solicit and award a firm-fixed price purchase order under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 511210 with small business size standard $23M. The solicitation is issued under the number EDM88861150100. The requirement is for 80 Terrabytes for current NetApps R200 Network Appliance Storage Filers as follows: 1. Part Description: R200 8TB Exp SnapRestore License, Serial #1044989, P/N SW-R200-SRES-EXP, Qty 5 each 2. Part Description: R200 8TB Exp SnapMirror License, Serial #1044989, P/N SW-SMIR-EXP, Qty 5 each 3. Part Description: R200 8TB Exp1 NAS Protocol Lic, P/N: SW-R200-NAS-EXP1, Qty 5 each 4. Part Description: R200 8TB Expansion, P/N: R200-8TB-EXP, Qty 5 each 5. Part Description: Non Returnable Disk Fee-R200, Mths: 27 Serial #1044989, P/N: CS-NRD-FEE, Qty 1 each 6. Part Description: SupportEdge Standard w / 4hr Parts, Del-R200, Mths:27 Serial # 1044989, P/N: CS-A-4D, Qty 1 each 7. Part Description: Universal Kit, 4N2 Post Rackmount, DS14-Mid, P/N: X5515A-R6, Qty 10 each 8. Part Description: Power Cable North America, R6, P/N: X800E-R6, Qty 20 each 9. Part Description: Universal Rackmount Kit, 4N2, Post, DS14-mid, P/N: X5515A-R6, Qty 10 each 10. Part Description: Power Cable North America, P/N: X800E-R6, Qty 20 each 11. Part Description: R200 8TB Exp SnapMirror License, Serial #1044990, P/N: SW-R200-SMIR-EXP, Qty 5 each 12. Part Description: R200 8TB Exp SnapRestore License, Serial #1044990, P/N: SW-R200-SRES-EXP, Qty 5 each 13. Part Description: R200 8TB Exp1 NAS Protocol Lic, P/N: SW-R200-NAS-EXP1, Qty 5 each 14. Part Description: R200 8TB Expansion, P/N: R200-8TB-EXP-DP-Q5-R5, Qty 5 each 15. Part Description: Non Returnable Disk Fee-R200, Serial #1044990, Mths: 27, P/N: CS-NRD-FEE, Qty 1 each 16. Part Description: SupportEdge Standard w / 4hr Parts Del-R200 Mths: 27, P/N: CS-A-4D, Qty 1 each Delivery is FOB Destination to NGA Arnold, 3838 Vogel Road, Attn: Sandra J. Forrest, MS J-02, Arnold, MO 63010-6238 in the quantities listed above. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-09. The provision at 52.212-1, Instruction to Offeror, Commercial Items applies to this acquisition. Award will be made on an all-or-none basis with only one award made to the lowest price offeror who meets the requirement for all line items. Offerors are required to submit a complete copy of FAR 52.212-3, Offeror Representations and Certification, Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Status Or Executive Orders, Commercial Items, applies to this acquisition, with the following clauses: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor, Cooperation with Authorities and Remedies (Jan 2006)(E.O.13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793): 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (Oct 2003); 52.225-13, Restriction on Certain Foreign Purchases (Feb 2006); 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (JUL 2006) applies to the acquisition with the following clauses: 252.225-7001, Buy American Act and Balance of Program (JUN 2005), and 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005); 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) (10U.S.C. 2227). In accordance with FAR 12.603(a) (3) (iii) Offers are due to the following email address no later than 21 Aug 2006, 11:30 a.m. CST: Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. REQUEST OPEN MARKET PRICING. All responsible sources may submit a response to Audrey L. Smith via email Audrey.L.Smith@nga.mil or by fax (314)263-8024. No telephone responses will be accepted.
 
Record
SN01117333-W 20060818/060816222217 (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.