Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
SOLICITATION NOTICE

70--70 -- Software License

Notice Date
9/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, (648/P4CONT), 3710 SW Veterans Hospital Road, Box 1034, Portland, Oregon 97201
 
ZIP Code
97201
 
Solicitation Number
648-06-4-2780-0144
 
Response Due
9/14/2006
 
Archive Date
10/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation is issued as a Request for Quotation (RFQ), solicitation number 2780-0144, in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 effective August 4, 2006. The North American Industrial Classification System (NAICS) number is 443120 and the business size standard is $8 million. This acquisition is advertised as a Small Business Set Aside (SBSA). Offers from companies other than Small Businesses will not be considered. </P> <UL> <LI> LINE ITEM 0001 Stand-alone DS-System Windows License1TB (with 4 modules included: On-line file summary, SLA Availability, Budget Allocation, Disc/Tape) 1 Each $ ________ Total $ _______ <LI> LINE ITEM 0002 Additional 1TB DS-System License (maximum is 5) 3 Each $ _______ Total $ _________ <LI> LINE ITEM 0003 Stand-alone Advanced Performance Modules Suite (APMS) (Includes: Self Healing, Message Level Restore, DS-System Monitoring, DS_Client Monitoring, Local Storage, LAN Storage Discovery) to be enabled on DS-System. 1 Each $ _______ Total $ _________ <LI> LINE ITEM 0004 Backup lifecycle management licenses (1-10TB) 1 Each $ _______ Total $ _________ <LI> LINE ITEM 0005 Annual Software maintenance update for standalone DS-System, APMS (valid for 12 months from order date) 1 Each $ _______ Total $ __________ <LI> LINE ITEM 0006 On-Site professional Services-3 days 1 Each $ ________ <LI> TOTAL PRICE $ ____________ </UL> Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors_Commercial Items. FAR 52.212-1 is supplemented with the following addenda: _Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, and acknowledgement of any solicitation amendments.</P> The provision at 52.212-2, Evaluation_Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed services meet the requirements outlined in the SOW. If an offeror cannot comply with every requirement, that offer will not be technically acceptable. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so.</P> The clause at FAR 52.212-4, Contract Terms and Conditions_Commercial Items. This Contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov.</P> Quotes must be received NLT 1:00 PM Pacific Daylight Time 19 April 2006, at Department of Veterans Affairs, Portland VA Medical Center, 1601 E. Fourth Plain Blvd., Contracting Division (V4CONT), Vancouver, WA 98662. Offers received after this date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. Faxed quotations will be accepted. Electronic quotations will NOT be accepted.</P> All questions must be submitted in writing to Bethany Ireton, Purchasing Agent via email at bethany.ireton@va.gov or by fax at (360)905-1797. </P>
 
Place of Performance
Address: Vancouver, WA
Zip Code: 98661
Country: United States
 
Record
SN01133764-W 20060907/060905220228 (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.