Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2009 FBO #2699
SOLICITATION NOTICE

D -- Data Domain Software DD580 Maintenance Renewal

Notice Date
4/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-DATADOMAIN
 
Response Due
4/20/2009
 
Archive Date
6/19/2009
 
Point of Contact
Marie Tornai, 719-554-8446<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-DataDomain. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. NAICS number is 423430. Business Size Standard is 100 employees. DESCRIPTION: Data Domain Software Warranty Coverage for U.S. Army SMDC/ARSTRAT. G2 MASINT. The following specifications are issued as Brand Name specifications. Required period of performance is 9/1/2009 through 8/31/2010. The offeror shall deliver all items and quantities as describe below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0005. Offerors shall structure their quote to include a price for: 0001 Gold Service, DD580 + ES20, 8x5xNBD, 1 year maintenance period. P/N: S-GOLD-580-1XES20 QTY: 2 EA 0002 Software Support, Replicator, Gold, 8x5 P/N: S-REP-GOLD-580 QTY: 2 EA 0003 Non-returned Disk Replacement, 1 year, DD580 + ES20 PN: S-NRDK-580-1XES20-1 QTY: 2EA 0004 Gold Service, ES20-8TB Expansion Shelf, 8x5xNBD, 1 year S-GOLD-ES20-8TB QTY: 2 EA 00005 Non-returned Disk Replacement, 1 year, ES20 PN: S-NRDK-ES20-8TB-1 QTY: 2 EA Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cut sheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. Delivery/Acceptance point is U.S. Army SMDC/ARSTRAT, G2 MASINT, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are between the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 30 days after Government receipt of quotes. Any interested/qualified business sources that believe they can provide the required products or services must respond no later than 4:30 PM, Mountain Time, 20 April 2009. Award is anticipated no later than 23 April 2009. Payment of invoice(s) shall be made by the Government Purchase Card for the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: - Total proposed price, technically acceptable offer, inclusive of shipping cost. QUOTE PREPARATION INSTRUCTIONS: Price quotes shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offerors quote. Award will be made without discussion; therefore, each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (Marie Tornai), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 4:30 PM (Mountain Time) on 20 April 2009. The point of contact for all information regarding this acquisition is Marie Tornai at (719) 554-8446, fax (719) 554-8442 or at e-mail marie.tornai@smdc-cs.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d668b31024c763683e19ff199f5b5358&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
Zip Code: 80914-4914<br />
 
Record
SN01793764-W 20090417/090415223839-d668b31024c763683e19ff199f5b5358 (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.