Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2008 FBO #2294
SOLICITATION NOTICE

70 -- ADP Equipment Software, Supplies, Equipment

Notice Date
3/6/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER, VIRGINIA 17632 Dahlgren Road, Ste 157, Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017808R2011
 
Response Due
3/13/2008
 
Archive Date
4/30/2008
 
Point of Contact
Code XDS121 540-653-7942 FAX: 540-653-4089
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO in unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. 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. FAR Subpart 13.5 procedures will be used. The Naval Surface Warfare Center, Dahlgren Division intends to procure from Xiotech Inc. or an authorized Xiotech reseller the foll owing items: Item 01, A quantity of forty-one (41) months, MAGNITUDE 3D SYSTEM HARDWARE WARRANTY EXTENSION, P/N: 020130-100, SSN No. 10844; Item 02, A quantity of twenty-nine (29) months, STANDARD MAGNITUDE 3D SOFTWARE MAINTENANCE EXTENSION, P/N: 020131-110, SSN No. 10844; Item 03, A quantity of twenty-four (24) months, CISCO ? SMARTNET ONSITE 8X5XNBD MDS 9120 SWITCH, MONTHLY P/N: 770315-002, SSN No. 10844; Item 04, A quantity of thirty-eight (38) months, MAGNITUDE 3D SYSTEM HARDWARE WARRANTY EXTENSION, P/N: 020130-100, SSN No. 10528; Item 05, A quantity of forty-one (41) months, STANDARD MAGNITUDE 3D SOFTWARE MAINTENANCE EXTENSION, P/N: 020131-110, SSN No. 10528; Item 06, A quantity of thirty-six (36) months, CISCO - SMARTNET ONSITE 8X5XNBD MDS 9120 SWITCH, P/N: 770315-002, SSN No. 10528; Item 07, A quantity of sixteen (16) each, CABLE - 2M LC DUPLEX/LC DUPLEX FIBER OPTIC PATCH CORD, P/N: 840056-005, SSN No. 10528; Item 08, A quantity of sixteen (16) each, CABLE - 5 M LC DUPLEX/LC DUPLEX FIBER OPTIC PATCH CORD, P/N: 840056-000, SSN# 10 528; Item 09, A quantity of three (3) each, 300GB FIBRE CHANNEL ENTERPRISE DRIVE -16 PACK (4 GBS, 15K RPM), P/N: 800722-000, SSN No. 10528; Item 10, A quantity of two (2) each, 400GB ECONOMY ENTERPRISE DRIVE 16 PACK (4GBS, 10K RPM), P/N: 800760-000, SSN No. 10528; Item 11, A quantity of thirty-two (32) each, 750GB SATA DRIVE FOR CLUSTER STORAGE BAY IV, P/N: 800694-000, SSN No. 10528; Item 12, A quantity of eight (8) each, STORAGE BAY IV FOR MAGNITUDE 3D 3X00 AND 4000 SYSTEMS, P/N: 770916-000, SSN No. 10528; Item 13, A quantity of twelve (12) each, AS NEW 146 GB 10,000RPM MAGNITUDE DRIVE, P/N: R800266-000, SSN No. 10528; Item 14, A quantity of one (1) each, DATASCALE CAPACITY MANAGER ECONOMY (15.6TB), P/N: 800564-012, SSN No. 10528; Item 15, A quantity of one (1) each, DATASCALE CAPACITY MANAGER SATA (21.0TB), P/N: 800563-009, SSN No. 10528; Item 16, A quantity of one (1) each, DATASCALE CAPACITY MANAGER UPGRADE (10.8TB TO 13.2TB), P/N: 210075-023, SSN No. 10528; Item 17, A quantity of one (1) each, DATASCALE CAPACITY MANAGER UPGRADE (8.4TB TO 9.6TB), P/N: 210075-044, SSN No. 10528; Item 18, A quantity of one (1) each, DATASCALE CAPACITY MANAGER UPGRADE (9.6TB TO 10.8TB), P/N: 210075-006, SSN No. 10528; Item 19, A quantity of eight (8) each, FIELD INSTALL: FIBER OR SATA DRIVE BAY, P/N: 010011-000, SSN No. 10528; Item 20, A quantity of two (2) each, POWER DISTRIBUTION UNIT, 220V, P/N: 800507-000, SSN No. 10528; Item 21, A quantity of two (2) each, AS NEW MAGNITUDE MMC PC, P/N: R800040-000, SSN No. 10528; Item 22, A quantity of four (4) each, AS NEW MAGNITUDE POWER SUPPLY, P/N: R800038-000, SSN No. 10528; Item 23, A quantity of two (2) each, AS NEW PROCESSOR TRAY FAN, P/N: R800028-000, SSN No. 10528; Item 24, A quantity of two (2) each, AS NEW MAGNITUDE REAR BLOWER, P/N: R800006-000, SSN No. 10528; Item 25, A quantity of two (2) each, AS NEW MAGNITUDE: BBS (BLACK OR BEIGE), P/N: R710026-001, SSN No. 10528; Item 26, A quantity of one (1) each, RACK AMCO 19 42U, P/N: 770035-000, SSN No. 10528; Item 27, A quantity of one (1) each, REAR LOCK DOOR FOR AMCO RACK, P/N: P00319, SSN No. 10528; Item 28, A quantity of thirteen (13) months, TIMESCALE 640 - NBD HW MAINTENANCE, P/N: 020126-520; Item 29, A quantity of thirteen (13) months, TIMESCALE 640 SW MAINTENANCE, 1TB, P/N: 020126-421; Item 30, A quantity of thirty-six (36) months, CISCO - SMARTNET ON SITE 8X5XNBD MDS 9216i 14/2 SWITCH, P/N: 770527-002; Item 31, A quantity of thirty-six (36) months, CISCO - SMARTNET ON SITE 8X5XNBD MDS 9000 16 PORT MODULE, P/N: 770291-002; Item 32, A quantity of twenty-nine (29) months, MAGNITUDE SYSTEM CONTINUATION WARRANTY EXTENSION (NEXT BUSINESS DAY), P/N: 020127-300, SSN No. 1725; Item 33, A quantity of sixteen (16) months, MAGNITUDE SYSTEM CONTINUATION WARRANTY EXTENSION (NEXT BUSINESS DAY), P/N: 020127-300, MAG No. 1919; Item 34, A quantity of twenty-nine (29) months MAGNITUDE SYSTEM CONTINUATION WARRANTY EXTENSION (NEXT BUSINESS DAY), P/N: 020127-300, SSN No. 1920; Item 35, A quantity of twelve (12) months, MAGNITUDE SYSTEM CONTINUATION WARRANTY EXTENSION (NEXT BUSINESS DAY), P/N: 020127-300, SSN No. 1921. The specific make and model of the parts listed is required to ensure operational compatibility. This solicitation, number N00178-08-R-2011, is issued as a Request for Proposal (RFP). Warranty information shall be included for all applicable items within the proposal. Proposals will only be accepted from Xiotech and authorized Xiotech and Cisco resellers/partners. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-23, Effective 25 Jan 2008 & Class Deviation 2005-00001 and Defense Acquisition Circular DCN 20080124. The NAICS Code associated with this procurement is 334112. All offerors must include a completed copy of FAR 52.212-3, Alt. I Offeror Representations and Certifications - Commercial Items, and DFAR 252.212-7000 Offeror Representations and Certificatio ns - Commercial Items as part of their proposal. The offeror shall con vey and provide a copy of all standard manufacturer commercial warranties to the buyer. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, and FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS(DEVIATION), FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-28 Post Award Small Business Program Representation, 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, FAR 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 of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-15 Energy Efficiency in Energy Consuming Products, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration, FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels. Finally, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DoD Class Deviation 2004-00002, (252.225-7012), (252.227-7015), (252.227-7037), (252.232-7003), (252.243-7002), (252.247-7023), (252.247-7024), DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.21 1-7003 Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments and DFARS 252.246-7003 Notification of Potential Safety Issues applies to this acquisition. This acquisition will occur via a Firm Fixed-Price (Commercial ) contract. Offerors must propose on all items to be eligible for award. Award will be determined on technical acceptability, price and past performance. The closing date is ???????13 March 2008 at 4:00PM, Eastern Time. Anticipated Award date is 21 March 2008. All items shall be priced FOB-Destination, Dahlgren, VA. Delivery must be no later than 30 days after receipt of order. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. Electronic proposal submission is encouraged at DLGR_NSWC_XDS12@navy.mil, but the proposal may also be faxed at (540) 653-4089, Attn: XDS121.
 
Record
SN01526167-W 20080308/080306224922 (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.