SOLICITATION NOTICE
70 -- CENTRIXS HELPDESK EQUIPMENT
- Notice Date
- 9/14/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060406T0663
- Response Due
- 9/19/2006
- Archive Date
- 10/19/2006
- Description
- The Fleet and Industrial Supply Center, Regional Contracting Department, Pearl Harbor, Hawaii has a requirement for CENTRIXS helpdesk equipment meeting specific network architecture requirements for the Commander, Naval Computer Telecommunications Area Master Station Pacific, Hawaii. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; written proposals are being required and a written solicitation will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 and Defense Change Notice 20060512. This procurement will be conducted on a sole source basis in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The Navy intends to enter into a firm fixed price contract with Dell Corporation for the following: CLIN 0001: OptiPlex GX620 USFF with Int Broadcom? GbNIC, qty. 8; CLIN 0002: Latitude D620 Intel? CoreTM Duo T2300E, qty. 2; CLIN 0003: OptiPl,ex GS620 SFF with Int Broadcom? GbNIC, qty. 14; CLIN 0004: Dell Precision Workstation 470 Intel? XeonTM processor, qty. 10. The required equipment must meet the Navy program office?s CENTRIXS-M baseline specifications and specific network architecture requirements. Acceptance shall be made at destination, Naval Computer Telecommunications Area Master Station Pacific, 500 Center Street, Bldg. 336, Wahiawa, Hawaii 96786-3050. The provisions at FAR 52.212-1, Instructions to Offeror?Commercial; and FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, apply to this requirement. The N AICS code is 423430 and the size standard is 100 employees. This requirement is unrestricted. Offerors must be registered in the Central Contractor Registration (CCR) to be eligible for Department of Defense contract awards. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, any firm that believes it can meet the requirements may give written notification to the Contracting Officer within 5 days from the date of the publication of this synopsis. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements listed. The Government will consider all notifications received by the closing date; however, a determination by the Government to not compete this proposed effort on a full and open competitive basis based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct! a competitive procurement. Offeror shall price all CLINs. In the event the unit prices and extended prices are ambiguous, the government shall use the indicated unit prices for evaluation and award purposes. Offeror shall submit a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000 with its offer. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order?Commercial Items. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child-Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans o f the Vietnam Era and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.232-36, Payment by Third Party, FAR 52.215-5 Facsimile Proposals. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: DFARS 252.225-7036 Buy American Act?North American Free Trade Agreement Implementation Act-Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010, Levies on Contract Payments, DFARS 252.247-7023, Transportation of Supplies by Sea ALT III. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dars/dfars.html. Numbered Note 22 applies. The solicitation is available at http://www.neco.navy.mil as well as http://www.fbo.gov. All amendments and notices shall be posted at these websites. It is the offeror?s responsibility to check the websites periodically for any amendments or notices to this solicitation. Proposals shall be emailed to patricia.murakami@navy.mil no later than 1:00 P.M. Hawaii Standard Time, 19 September 2006. Facsimile proposals will be accepted at (808) 473-0811.
- Record
- SN01144131-W 20060916/060914222022 (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 |