Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2007 FBO #1979
SOLICITATION NOTICE

70 -- Sun and Dell

Notice Date
4/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HC1047-07-T-0013
 
Response Due
5/3/2007
 
Archive Date
5/18/2007
 
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, 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 solicitation number is HC1047-07-T-0013 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-09 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN current to 20060616. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 334111 with an associated small business size standard of 1000. New equipment ONLY, NO remanufactured products, and no ?grey market?. This requirement is set-aside for small business. Offerors must be registered in Central Contractor Registration (CCR). All offerors must be authorized sun resellers. This acquisition is firm-fixed-price and solicited on a Brand Name basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand names. Quotes must address whether each contract line item number (CLIN) price proposed by the offeror is based upon open market pricing, or use of an existing vehicle such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, etc. If individual CLIN pricing is not on an 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. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government based on the lowest price. The Defense Information Systems Agency (DISA) requires the following items, EXACT MATCH only: CLIN 0001, T2000 8 core 1.2GHz T1 / 32GB Memory / 2x73GB, Part number T20Z108B-32GA2G. Qty 4 each. CLIN 0002, Power Cord, Part number X311L. Qty 4. CLIN 0003, 73 GB 10000 RPM SAS Disk Drive. Part number XRA-SS2CD-73G10KZ. Qty 8. CLIN0004, XVR-200 Graphics Accelerator. Part number X3777. Qty 4. CLIN0005, LM1000STXS4 T2000 4 core 1.2GHz T1 / 8GB Memory / 2x73GB Part number T20Z104A-08GA2G. Qty 3. CLIN0006, Power Cord. Part number X311L. Qty 3. CLIN0007, 73 GB 10000 RPM SAS Disk Drive. Part number XRA-SS2CD-73G10KZ. Qty 6. CLIN0008, XVR-200 Graphics Accelerator. Part number X3777. Qty 3. CLIN0009, PCI Ultra320 SCSI Host Bus Adapter. Part number SGXPCI1SCSILM320-Z. Qty 3. CLIN0010, StorageTek 3510 876GB (12x73GB) FC Array w/2 controllers. Part number XTA3510R01A2R876Z. Qty 1. CLIN0011, Emulex PCI-X 2Gb Single Channel FC Host Bus Adapter w/brackets. Part number SG-XPCI1FC-EM2. Qty 2. CLIN0012, SE3000 2U Univ Rack Sliding Rail Kit. Part number SG-XPCI1FC-EM2. Qty 1. CLIN0013, No America/Asia 220 PWR Cord Kit. Part number X320A. Qty 2. CLIN0014, 2M LC to LC FC Optical Cable. Part number X9732A-Z. Qty 2. CLIN0015, Sun StorEdge 3000 Family software and documentation 2.0 and 2.1. Part number NCSS9-200-W9NR. Qty 1. CLIN0016, ESM Base Applications, Media & Documentation. Part number EBA9S-301-E9M9. Qty 1. CLIN0017, Quad Core Xeon X3210 Processor, 2.13GHz, 1066MHz FSB / 4GB DDR2, 667MHZ / 2 x 73GB SAS 10K RPM Hard Drive / 24X IDE CD-RW/DVD ROM Drive Rack / Chassis w/Rapid Rails. Part number PowerEdge 860. Qty 2. CLIN0018, Intel Core2 Duo Processor E6600, 2.4GHz,1066 FSB / 4GB DDR2 SDRAM 667MHz / 256MB ATI Radeon X1300 / 160GB SATA II Hard Drive (7200RPM) / 8X DVD+/-RW Drive. Part number Dimension 9200c. Qty 2. If an item in the above listing has been discontinued or is unclear, offerors may electronically contact James Shumway at james.shumway@disa.mil so the RFQ posting can be amended. 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 ? Contractor Central 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. Quotes shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representation and Certifications-Commercial Item; DFARS 252.212-7000(b), Offeror Representation and Certifications-Commercial Item or certification that these have been completed online via Online Representations and Certifications application (ORCA) at http://www.bpn.gov/. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors may request a copy from the contract specialist: 52.204-9000 Points of Contact and 52.232-9000 Wide Area Workflow ? Receipts and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, or http://www.arnet.gov/far/. Shipments are F.O.B. Destination. Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Delivery shall occur within thirty (30) days after receipt of order (ARO). Responses/offers shall be submitted electronically to james.shumway@disa.mil no later than 9:00 am (Eastern Standard Time) on 3 May 2007. 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 offeror?s responsibility to visit this website frequently for updates on this procurement.
 
Place of Performance
Address: 701 S. Courthouse Road, Arlington, VA
Zip Code: 22204
Country: UNITED STATES
 
Record
SN01281625-W 20070428/070426220105 (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.