Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

70 -- Sun Fire X4100 Server and Accessories

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS1, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133106T0101
 
Response Due
9/1/2006
 
Archive Date
10/1/2006
 
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 https://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-0101. The Naval Surface Warfare Center Panama City (NSWC PC) intends to purchase, on a sole source 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: Thirty (30) each Sun Fire X4100 x64 Server (P/N: A64-PZ82-2H-8G-CB7): XATO base chassis for 2-disk-and-DVD system configuration including motherboard with 1 Power Supply Unit, redundant fans fully assembled with following installed (quote this item as one price only with all items a.-f. included in price) 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 CLIN 0002: Five (5) Cisco Gigabit Network Rack Switch, PN: WS-C3750G-48TS-E CLIN 0003: Five (5) Network Disk System 1RU NAS 1.6TB Adaptec Snap4500, PN: 5325301846 CLIN 0004: Four (4) SUN V240 Dual Processor UltraSparcIIIi (2RU), PN: N32-XKB2C1204HB CLIN 0005: Ten (10) SUN V210 Dual Processor UltraSparcIIIi (1RU), PN: N31-XMB2C1204HB NAICS Code is 334111 and the Small Business Size Standard is 1,000 employees. Delivery will be F.O.B. Destination to the Naval Support Activity (NSA), 110 Vernon Avenue, Panama City, FL 32407 on or before 15 September 2006. State your delivery date in your reply. The order will be a firm fixed price order. Multiple awards will not be made from this solicitation. 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) September 1, 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 ma de to a number of buyers. (c) A statement that 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 September 1, 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. All questions regarding this solicitation must be submitted in writing to stacy.figlinski@navy.mil. It is incumbent upon the potential offeror to be cognitive of the NSWC-PC Internet, NECO or FEDBIZOPPS for all amendments to this solicitation. Point of Contact Stacy Figlinski: stacy.figlinski@navy.mil, fax (850) 234-4251 Stacy Figlinski is the POC for N61331-06-T-0101 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
SN01125044-W 20060826/060824221722 (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.