Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

70 -- Sun Fire V440 Server

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
Reference-Number-DJCPR65517
 
Response Due
8/11/2006
 
Archive Date
8/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, in conjunction with FAR Subpart 13.5, and as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The reference number is DJCPR65517 and is issued as a request for quotation (RFQ). The provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-08 and Defense Federal Acquisition Regulations Supplement (DFARS) DCN current to 20060223. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 423430 with an associated small business size standard of 100. This requirement is set aside for small business. Offerors must be registered on Contractor Central Registration (CCR). This acquisition is firm-fixed-price and solicited on a Brand Name, original equipment manufacturer (OEM) or authorized/qualified reseller basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand name equipment. Offers will be accepted only from OEMs or authorized/qualified resellers to ensure that the equipment is unaltered, the product is new, applicable operating system software and licensing issues are not impacted, maintainability is not at issue, and warranties are properly in place. Offers from other than OEM or authorized/qualified resellers will be deemed unresponsive and will not be evaluated. New equipment ONLY. NO remanufactured products, and NO ?grey? market items will be accepted. Offerors must include a statement with their quote indicating that their offer contains only new equipment, no remanufactured product, and no ?grey? market items. Quotes must also address whether each contract line item number (CLIN) price proposed by the offeror is based upon open market pricing, or use of an existing vehicles pricing such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, etc. If individual CLIN pricing is an other than open market basis, offerors should also include the contract number on which pricing is based as part of their quote for each CLIN. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. Award will be made to the lowest responsive, responsible offeror. DISA requires the following items, EXACT MATCH only: Quantity: 6 - RoHS-5, Sun Fire V440 Server, 4 * 1.593GHz UltraSPARC IIIi processors with 1MB Cache each, 16GB Memory (16* 1GB DIMMS), 4* 73GB 10K rpm Ultra320 SCSI disks, DVD-ROM, 2 power supplies, Solaris 10 + Java Enterprise System Software pre-installed. RoHS Compliant. (Standard Configuration) (A42-XH44C2-16HD) Quantity: 6 - X-Option Sun XVR-100 Graphics accelerator, 2D graphics, 24-bit color, 64MB frame buffer memory, single slot PCI, Max resolution 1920X1200, DVI and HD-15 connectors, dual Video Support. RoHS-6 (X7296A) Quantity: 12 - Localized Power Cord Kit North American/Asian. This product is Hazard Class Y, RoHS Compliant. (X311L) Quantity: 6 - Solaris 8 2/04 media kit (CD-ROM & DVD-ROM) with online documentation, SPARC platform edition. No license. Multilingual. Pricing per kit. (SOLZS-08LB9AYM) If an item in the above listing of new equipment has been discontinued, or is end of life, offeror shall electronically contact Patrick MCFarlane at patrick.mcfarlane@disa.mil so RFQ posting can be amended to identify and require an equal or better replacement for the item. Provisions and clauses applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-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 (Deviation), FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors shall request a copy from the contract specialist: 52.204-9000 Points of Contact and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Offerors may indicate that their response to FAR 52.212-3 Offeror Representations and Certifications-Commercial Items has been loaded on http://orca.bpn.gov. Responses shall be submitted electronically to patrick.mcfarlane@disa.mil no later than 12:00 pm (Eastern Standard Time) 11 August 2006. Quotes must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement. For this solicitation, The Defense Information Systems Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. The Defense Information Systems Agency is taking this action in an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Patrick MCFarlane at patrick.mcfarlane@disa.mil or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.
 
Place of Performance
Address: DISA/JSSC/C2ADP Facility, Room BE833, C/O Pentagon Remote Delivery Facility (RDF), 100 Washington Boulevard (Rt. 27), Arlington, Va
Zip Code: 22202
Country: UNITED STATES
 
Record
SN01106469-W 20060806/060804220132 (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.