SOLICITATION NOTICE
D -- MANAKON ELITE UPGRADE.
- Notice Date
- 9/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Army Reserve Contracting Center - East, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S1-09-T-0056
- Response Due
- 9/25/2009
- Archive Date
- 11/24/2009
- Point of Contact
- James Mote, 609-562-2695
- E-Mail Address
-
Army Reserve Contracting Center - East
(james.mote@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for a commercial supply prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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. This is a Request For Quote (RFQ) and the solicitation number is W911S1-09-T-0056. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008. FedBizOps Numbered Notes per FAR Part 5.207-13(e) apply: 12 and 13. The North American Industry Classification System code (NAICS) is 334119 (Other Computer Peripheral Equipment Manufacturing). The Standard Industrial Classification (SIC) code is 7371 (Computer Programming Services). This requirement is being solicited as a small business set-aside and the size standard is 100. A firm fixed price contract will be awarded. DESCRIPTION OF REQUIREMENT: CLIN 0001: "Quantity: One (1) Lot "Manakon Elite Upgrade or EQUIVALENT (Rack Mount Server with CCEVS EAL 4 OS), Product description: SunFire T2000, 8 core 1.0GHz UltraSPARC T1 processor, 16 GB DDR2 memory, 2 x 73GB 2.5 10K rpm SAS hard disk drives, 1 DVD-RO/CD-RW drive, 2 (N+1) power supplies, Slide Rail Kit, SVR-300x8 Graphics Card Solaris 10 cube OS; Diagnostic Modem-Program Management & Hardware/Software Integration and Installation. Includes loading and configuring TMS Software and system checkout and bringing OS into STIG compliance; Travel. CLIN 0002: "Quantity: One (1) Lot "Manakon Elite Upgrade or EQUIVALENT (Rack Mount SIU with CCEVS EAL 3+ OS), SIU-6 SIU with OS Configured to meet STIGS; Remote Installation of an DIU. All quotes MUST INCLUDE site prep, travel or travel time estimates. CLIN 0003: "Quantity One (1) Lot Manakon Elite Upgrade or EQUIVALENT (Maintenance Support for Manakon and Hardware & Patch Support for Solari), Support for Manakon This requirement is for a Brand Name or Equal. All proposals that quote an Equal MUST MEET ALL of the above criteria. Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: : Items is to be procured on behalf of the PR W0WC USAG Ft. Monmouth, Property Book Officer, Bldg. 277 Riverside Drive, Fort Monmouth, New Jersey 07703-5000. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, 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 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 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendors must also be registered in Wide Area Work Flow (https://wawf.eb.mil/) to receive payment through electronic funds transfer. If you are not currently registered, please visit the link provided to complete your registration. DEADLINE: Offers are due on 25 SEPTEMBER 2009 at 4:00pm Eastern Standard Time. Submit offers or any questions to the attention of Major James Mote, Mission and Installation Contracting Command (MICC), via commercial phone at (609)562-2703 or email to james.mote@conus.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ15/W911S1-09-T-0056/listing.html)
- Place of Performance
- Address: Army Reserve Contracting Center - East 5418 South Scott Plaza, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN01967323-W 20090925/090924000938-3cc7050daefbf48a61edbc57038c82db (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 |