Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

70 -- Procurement of brand-name or technically equivalent computer peripheral equipment.

Notice Date
4/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M68909 MARINE CORPS TACTICAL SYSTEMS SUPPORT ACTIVITY Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
M6890910Q1013
 
Response Due
4/5/2010
 
Archive Date
4/20/2010
 
Point of Contact
Ronnie D. Bierner, Contract Specialist 760.725.2478 Contracting Officer, S. L. Ingram at sandra.ingram@usmc.mil or 760.725.9189.
 
E-Mail Address
Contract Specialist
(ronnie.d.bierner@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number M68909-10-Q-1013 is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and Defense Federal Acquisition Regulations Supplement Change Notice 20100324. This is a total small business set aside, and shall be a Firm-fixed-Price (FFP) contract award. The North American Industry Classification Code (NAICS) 423430 applies; size limit of 100 personnel. The procurement is for the purchase of brand-name or technically equivalent computer peripheral equipment. The contractor may provide a quotation on any equivalent manufacture and model. The requirement to be acquired is as follows: CLIN 0001: Seagate Cheetah 15K.5 146 GBP/N: ST3146855LC or equalQTY: 36U/I: EA CLIN 0002: Western Digital 320 GB Removable HDP/N: WD3200AAKS or equalQTY: 12U/I: EA CLIN 0003: SATA HD 500GB 3.5" Western DigitalP/N: WD5000AAKS or equalQTY: 7U/I: EA CLIN 0004: Hitachi Travelstar 2.5" 100GB 7200RPM Hard DriveP/N: 0A25016 or equal QTY: 10U/I: EA CLIN 0005: Smart-UPS XL750VA USB+ Serial 120VP/N: APC Model No: SUA750XL or equal.QTY: 50U/I: EA CLIN 0006: Smart-UPS XL 24V Battery PackP/N: APC Model No: SUA24XLBP or equal.QTY: 50U/I: EA CLIN 0007: Dell 1 GB Replacement Memory, Module for Dell Precision Mobile WorkStation M70 UNSPSC 432014 Technology: DDR2 SDRAM Memory Speed: 800 MHz (PC2-6400)P/N: SNPPP102C/1 G GSDA Dell Part # A0743853 or equal.QTY: 34U/I: EA CLIN 0008: Elite 54x96 Ez Frame Series Projector Screen, CineWhite Acoustically Transparent Fabric.P/N: R11oWH1-A1080 or equalQTY: 1U/I: EA All items shall be delivered no later than 20 days after receipt of order to MCTSSA, Camp Pendleton, CA. F.O.B. Destination (FAR 52.247-34) pricing is preferred. FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation that will be the most advantageous best value to the Government, price and other factors considered. Offerors shall comply with FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Open Market or GSA Federal Supply Schedule (FSS) pricing Quotations must state "open market" or should reference the applicable GSA/FSS number. The Government reserves the right to use a non-DoD contract (GSA FSS) if the supply schedule is in the best interest of the Government. This is a brand name or equal RFQ; should the Offeror propose the brand name, no further descriptive literature is required. If the Offeror provides a Quotation on an equivalent product, it is the Offeror's responsibility to identify the manufacturer and part number, and provide the manufacturer's complete technical description in sufficient detail for evaluation purposes. The Government shall not consider quotations based on used or refurbished equipment. Equipment quoted must be direct from the manufacturer and not a third-party supplier. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and Subparagraphs (a), (b), (1), (8),(10),(12),(18),(19),(20),(21),(22), (23),(24),(25),(26),(29),(39), and (e) as a minimum apply to this acquisition! and are hereby incorporated by reference. The provision DFAR 212-301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items, subparagraphs (f)(ii), and (f)(iv) apply to this acquisition and are hereby incorporated by reference. The following USMC provision is incorporated by reference and applies to this acquisition: USMC Wide Area Workflow (WAWF) Implementation. Payment Terms will be Net 30 unless stated differently on Offeror's quote. By responding to this Quotation, the Offeror agrees to submit invoices via WAWF in accordance with DFARS 252.232-7003. Quotations are due no later than 5 April 2010, 1600 Pacific time to Contract Specialist Ronnie Dale Bierner via email at ronnie.d.bierner@usmc.mil For further information contact Contract Specialist Ronnie Bierner at 760.725.2478. The full text of clauses and provisions incorporated by reference may be obtained at the following Websites: http://farsite.hill.af.mil/vffara.htm or http://farsite.hill.af.mil/VFDFARa.htm.This solicitation is being made available to interested parties through the Federal Business Opportunities Website at http://www.fedbizopps.gov. and MCTSSA Contract Opportunities Website http://www.mctssa.usmc.mil/contracts.asp.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M68909/M6890910Q1013/listing.html)
 
Place of Performance
Address: Marine Corps Tactical Systems Support Activity, Camp Pendleton, CA
Zip Code: 92055
 
Record
SN02110748-W 20100403/100402000206-b02fbf290a7ef2be194fa83f34f91104 (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.