Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

70 -- SUN EQUIPMENT

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-06-T-0044
 
Response Due
9/5/2006
 
Archive Date
9/20/2006
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only request for quotation; a written request for quotation will not be issued. PAPER COPIES OF THIS REQUEST FOR QUOTATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00140-06-T-0044. This request for quotation documents and incorporates provisions and clauses in effect through FAC 2005-12 and DFARS Change Notice 20060808. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is _7025_ and the Small Business Standard is 1,000. This is a 100% small disadvantaged business set-aside. The Fleet Industrial Supply Center (FISC) Norfolk, Philadelphia Division requests responses from qualified small disadvantaged business sources capable of providing ALL of the following: CLIN 0001 SUNFIRE T2000 SERVER, 8 CORE 1.2GHz ULTRA SPARC T1, 32GB DDR2 MEMORY,2 73GB 2.5-IN. 10000 RPM SAS DISKS, DVD- RO/CD-RW, 4 10/100/1000 ETHERNET PORTS, 1 SERIAL PORT, 3 PCI-E, 2 PCI- X SLOTS, 2 (N+1)PSUs, JES & SOLARIS 10 PRE-INSTALLED, RoHS-5 COMPLIANT PN T20Z108B-32GA2D-S, QTY 3; CLIN 0002 SOLARIS 10 (latest release) DVD MULTILINGUAL MEDIA, NO HARD COPY DOCUMENTATION OR LICENSE INCLUDED, PN SOLZ9-100C9A7M, QTY 3; CLIN 0003 WARRANTY UPGRADE TO 1 YEAR GOLD SUPPORT & 24X7 ONSITE SUPPORT FOR SUNFIRE T2000 8-CORE SERVER, PN W9D-T2000-8-24-1G, QTY 3; CLIN 0004 POWER CORD KIT, NORTH AMERICAN/ASIAN RoHS COMPLIANT, PN X311L, QTY 6; CLIN 0005 SUN XVR-200 GRAPHICS ACCELERATOR, 2D GRAPHICS, 24 BIT COLOR, 32 MB BUFFER MEMORY, SINGLE SLOT PCI, MAX RESOLUTION 2048x1536, 2DVI CONNECTORS, ATTACH UP TO 2 MONITORS AT A TIME FOR PCI-E SYSTEMS RoHS COMPLIANT, PN X3777, QTY 3; CLIN 0006 SUN DUAL GIGABIT ETHERNET UTP PCI-E LOW PROFILE ADAPTER, RoHS-6 COMPLIANT, PN X7280A-2, QTY 3; CLIN 0007 SLIDE RAIL KIT FOR SUNFIRE X2100, X4100 & X4200 X64 SERVERS, Rohs-5 COMPLIANT (X8029A), PN 370-7669, QTY 3. Delivery is required on or before 20 Sep 2006. Ship to address is: Norfolk Naval Shipyard, Portsmouth, VA 23709, NSSG CODE 1190, BLDG.33, FIRST FLOOR, ATTN: JIM SPRINKLE (TELEPHONE 757-396-3622). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items ; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items , 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. Quoters shall include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.227-7015. This announcement will close at 3:00 P.M. (LOCAL Phila time) on 5 Sep 2006. Contact Kathleen Lockhart who can be reached at 215-697-9612 or email Kathleen.lockhart@navy.mil. All responsible small disadvantaged business sources may submit a quote, which shall be considered by the agency. No Numbered Notes apply. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. Past performance is more important than price. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ.
 
Record
SN01127876-W 20060830/060828221718 (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.