Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

70 -- Sun Part# SEMX4FG1Z - Sun SPARC Enterprise Server CPU/Memory board bundle

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE9139G603
 
Response Due
7/15/2009
 
Archive Date
9/13/2009
 
Point of Contact
Gene J. Moran, 618 220 5068<br />
 
E-Mail Address
Surface Deployment and Distribution Command - W81GYE
(gene.j.moran@us.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.6 Acquisition of Commercial Items, Part 13 Simplified Acquisition Procedures, and Subpart 13.5 Test Program for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal (North American Industries) per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. Military Surface Deployment and Distribution Command (SDDC) Scott AFB, IL 62221 has a requirement for the purchase of one (1) Sun Part# SEMX4FG1Z consisting of Sun SPARC Enterprise Server CPU/Memory board bundle with: 4 2.52GHz SPARC64 VII four core processors with 6MB on-chip L2 cache, and 16 8GB DIMMs, 128GB total memory for the board. Standard configuration, for use with SPARC Enterprise M8000 and M9000 servers, RoHS 5. Any equal product must meet the above specifications and must be fully compatible with SUN SPARC Enterprise Server: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33 (15 June 2009) and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN 20090115 edition. The awarded contract will be a firm fixed price contract. This commercial item acquisition is being solicited as 100% HUBzone set-aside. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 423430 with a size standard of 100 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Jun 2009) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005) apply to this acquisition. In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the (ORCA) web site at http://orca.bpn.gov. If you provide a quotation for other than the Brand Name specified you must provide technical information and/or descriptive literature about the product you propose so that a technical determination can be made during the review process. All quotations shall include transportation costs to Military Surface Deployment and Distribution Command (SDDC) Scott AFB, IL 62221 Quotes shall be clearly marked W81GYE9139G603 Sun Server Bundle and emailed to the POC listed below or via facsimile (618) 220-5740 no later than 15 July 2009 10:00 AM Local Time. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from consideration. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), an award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the technical acceptability standards for non-cost factors. Offers received shall be ranked in order of price. The lowest priced offer shall be evaluated for technical acceptability, price reasonableness and a responsibility determination shall be made. In the event the low priced offer is found to be technically acceptable, determined responsible and the offered price is found to be reasonable the evaluation shall stop there and award shall be made to that offeror. In the event the low priced offer is found to be technically unacceptable the evaluation shall continue in order of price lowest to highest until such time as an offerors proposal is found to be technically acceptable as determined by the evaluation criteria described herein. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), FAR 52. 212-4 Contract Terms and Conditions Commercial Items ( Mar 2009), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Jun 2009). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.219-3 Notice of HUBZone Small Business Set-Aside (Jan 1999), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009), FAR 52.22 2-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), FAR 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products (May 2008), FAR 52.225-1 Buy American Act Supplies (June 2003), FAR 52.225-5, Trade Agreements (Mar 2009), FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), DFAR 52.203-3 Gratuities (Apr 1984), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), DFAR 252.225-7012, Preference For Certain Domestic Commodities (Dec 2008), DFAR 252.225-7036, Buy American Act-Free Trade Agreements Balance of Payments Program (Jan 2009) with Alternate I (Oct 2006), DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), DFAR 252.243-7002, Requests for Equitable Adjustment (Mar 1998), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002). After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 20 days instead of 45 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MTMC/DAMT01/W81GYE9139G603/listing.html)
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE 709 Ward Drive, Bldg 1990 Scott AFB IL<br />
Zip Code: 62225<br />
 
Record
SN01856622-W 20090627/090625235724-99784079a2a2fdaec89515e9e98df59b (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.