Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

70 -- EMC STORAGE DEVICE TECHNOLOGY

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, Virginia, 22312-2413, United States
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-09-Q-9001
 
Archive Date
9/26/2009
 
Point of Contact
Ava McIntire, Phone: 202-551-8205, Rob Sudhoff, Phone: 202-551-8366
 
E-Mail Address
mcintirea@sec.gov, sudhoffr@sec.gov
(mcintirea@sec.gov, sudhoffr@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Request for Quotation (RFQ) number SECHQ1-09-Q-9001 is assigned to this requirement and is issued as a RFQ. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This is an “unrestricted” acquisition. The North American Industry Classification System (NAICS) code is 334112 and the business size standard is 1,000 employees. The U.S. Securities and Exchange Commission (SEC) intends to award a Firm Fixed Price order for the following items: ITEM 0001: 1 EA, P/N CX4-RACK-40U, CX4 40U RACK; 6 EA, P/N NS480-4PDAE-F, 4GB DAE ONE MODEL FOR NS-480 FIELD; 1 EA, P/N NS480A-2-4-U, NS-480A 2 BLADE TO 4 BLADE UPGRADE; 4 EA, P/N NS-SA07-010HS, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R HS; 56 EA, P/N NS-SA07-010U, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R UPG; 32 EA, P/N NS-4G10-400U, ASSY DISK 400GB 10K 520BPS 12V 4GB FC 16MB UPG; 5 EA, P/N NS-4G10-400HS, ASSY DISK 400GB 10K 520BPS 12V 4GB FC 16MB HS; 1 EA, P/N PW40U-60-US, RACK-40U-60 PWR CORD US. ITEM 0002: 1 EA, P/N NAVAGT-WINKIT, NAVI AGENT WINDOWS MEDIA; 1 EA, P/N UTIL-WIN, WINDOWS SOFTWARE UTILITIES; 2 EA, P/N NS480-CIFS-UL, NS-480 CIFS LICENSE ADD TO EXISTING SYSTEM; 2 EA, P/N NS480-IS-UL, NS-480 ISCSI LICENSE ADD TO EXISTING SYSTEM; 2 EA, P/N NS480-NFS-UL, NS-120 NFS LICENSE ADD TO EXISTING SYSTEM. ITEM 0003: 12 MONTHS, P/N M-PRESW-001, PREMIUM SOFTWARE SUPPORT. ITEM 0004: 1 EA, P/N CX4-RACK-40U, CX4 40U RACK; 6 EA, P/N NS480-4PDAE-F, 4GB DAE ONE MODEL FOR NS-480 FIELD; 1 EA, P/N NS480A-2-4-U, NS-480A 2 BLADE TO 4 BLADE UPGRADE; 5 EA, P/N NS-4G10-400HS, ASSY DISK 400GB 10K 520BPS 12V 4GB FC 16MB HS; 32 EA, P/N NS-4G10-400U, ASSY DISK 400GB 10K 520BPS 12V 4GB FC 16MB UPG; 4 EA, P/N NS-SA07-010HS, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R HS; 56 EA, P/N NS-SA07-010U, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R UPG; 1 EA, P/N PW40U-60-US, RACK-40U-60 PWR CORD US. ITEM 0005: 1 EA, P/N NAVAGT-WINKIT, NAVI AGENT WINDOWS MEDIA; 1 EA, P/N UTIL-WIN; WINDOWS SOFTWARE UTILITIES; 2 EA, P/N NS480-CIFS-UL, NS-480 CIFS LICENSE ADD TO EXISTING SYSTEM; 2 EA, P/N NS480-IS-UL, NS-480 ISCSI LICENSE ADD TO EXISTING SYSTEM; 2 EA, P/N NS480-NFS-UL, NS-120 NFS LICENSE ADD TO EXISTING SYSTEM. ITEM 0006: 12 MONTHS, P/N M-PRESW-001, PREMIUM SOFTWARE SUPPORT. ITEM 0007: 1 EA, P/N PS-CUS-EMC, "GENERIC CUSTOM SERVICES BoE Complete : YES ". ITEM 0008: 3 EA, P/N NS480-4PDAE-F, 4GB DAE ONE MODEL FOR NS-480 FIELD; 1 EA, P/N NS-SA07-010HS, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R HS; 42 EA, P/N NS-SA07-010U, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R UPG. ITEM 0009: 1 EA, P/N NAVAGT-WINKIT, NAVI AGENT WINDOWS MEDIA; 1 EA, P/N UTIL-WIN, WINDOWS SOFTWARE UTILITIES. ITEM 0010: 3 EA, P/N NS480-4PDAE-F, 4GB DAE ONE MODEL FOR NS-480 FIELD; 1 EA, P/N NS-SA07-010HS, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R HS; 42 EA, P/N NS-SA07-010U, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R UPG. ITEM 0011: 1 EA, P/N NAVAGT-WINKIT, NAVI AGENT WINDOWS MEDIA; 1 EA, P/N UTIL-WIN, WINDOWS SOFTWARE UTILITIES. ITEM 0012: 6 EA, P/N NS480-4PDAE-F, 4GB DAE ONE MODEL FOR NS-480 FIELD; 72 EA, P/N NS-4G10-400U, ASSY DISK 400GB 10K 520BPS 12V 4GB FC 16MB UPG; 15 EA, P/N NS-SA07-010U, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R UPG; 2 EA, P/N NS-4G10-400HS, ASSY DISK 400GB 10K 520BPS 12V 4GB FC 16MB HS. ITEM 0013: 1 EA, P/N UTIL-WIN, WINDOWS SOFTWARE UTILITIES; 1 EA, P/N NAVAGT-WINKIT, NAVI AGENT WINDOWS MEDIA. ITEM 0014: 6 EA, P/N NS480-4PDAE-F, 4GB DAE ONE MODEL FOR NS-480 FIELD; 2 EA, P/N NS-4G10-400HS, ASSY DISK 400GB 10K 520BPS 12V 4GB FC 16MB HS; 72 EA, P/N NS-4G10-400U, ASSY DISK 400GB 10K 520BPS 12V 4GB FC 16MB UPG; 15 EA, P/N NS-SA07-010U, ASSY DISK 1000GB 7.2K 512BPS SATA 3GB 32MB -R UPG. ITEM 0015: 1 EA, P/N NAVAGT-WINKIT, NAVI AGENT WINDOWS MEDIA; 1 EA, P/N UTIL-WIN, WINDOWS SOFTWARE UTILITIES. NOTE: No drawings, specifications or schematics are available from this agency. Place of delivery is: U.S. Security and Exchange Commission, 6432 Green Way, Alexandria, VA 22312. It is anticipated that a non-competitive sole source order will be issued for these items to the original equipment manufacturer (OEM) EMC, or its’ authorized distributor. It is the Government’s opinion that only EMC equipment or its’ authorized distributors can furnish these parts to ensure compatibility with the existing SEC architecture. All responsible sources may submit a proposal, which if timely received shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply the required equipment and support by submitting: (1) verification that they are an authorized distributor of the OEM; and (2) verification that they can obtain the required equipment from the OEM. The government does not intend to pay for any information solicited. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008) - Parties responding to this solicitation who believe they can supply an exact match to items 0001 through 0015 may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses; 2) discounts for prompt payment if applicable; 3) cage code; 4) Dun & Bradstreet number; and 5) Taxpayer ID number. 52.212-2 Evaluation-Commercial Items (Jan 1999) – The award will be made to the offeror with the lowest priced technically acceptable offer. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2009) are to be submitted with your offer. If Offeror Representation and Certifications reside on ORCA, the offeror may submit certification IAW 52.212-3(b) in lieu of complete Representation and Certifications. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) - This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/. The following clauses are incorporated by reference (IBR): 52.204-7, Central Contractor Registration (Apr 2008); 52.209-6, Protecting the Governments Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment (Sep 2006); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2009). The following clauses listed in 52.212-5 are IBR: 52.203-6, Restrictions on Subcontractor Sales to the Government w/Alt I (Oct 1995) w/Alt 1 (Oct 1995); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.225-1, Buy American Act – Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003). OFFERS ARE DUE BY 12:00 PM EST on September 11, 2009. Due to possible fax transmission problems vendors should e-mail their proposals to mcintirea@sec.gov. All questions must be submitted in writing to Ava McIntire via e-mail at mcintirea@sec.gov or via fax 410-762-6008. QUESTIONS MUST BE RECEIVED NLT 12:00PM EST ON September 8, 2009. POC is Ava McIntire, SEC Contract Specialist, 202-551-8205.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-09-Q-9001/listing.html)
 
Record
SN01939962-W 20090905/090904001529-27c9af2fb0db68f0b3d0e9bb6e1b5b87 (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.