Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

D -- Maintenance Support for Hewlett-Packard (HP) Servers

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Office of Naval Research, ONR, CODE ONR-02, 875 North Randolph St., Suite 1425, Arlington, Virginia, 22203-1995
 
ZIP Code
22203-1995
 
Solicitation Number
N00014-10-R-0006
 
Archive Date
6/23/2010
 
Point of Contact
Kenesha Y Hargrave, Phone: 703-696-5345, Vera M. Carroll, Phone: 703-696-2610
 
E-Mail Address
hargrak@onr.navy.mil, vera.carroll@navy.mil
(hargrak@onr.navy.mil, vera.carroll@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This solicitation constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Quotation (RFQ), N00014-10-R-0006, is issued to solicit quotations from offerors. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38 and DFAR Change Notice 20091229. The associated North American Industry Classification Systems (NAICS) code is 541519 and the small business size standard is $25.0 million. The mission of the Information Assurance (IA) Manager (Code 06) is to direct, coordinate, plan and organize information security activities throughout the Office of Naval Research (ONR). The IA manager acts as the focal point for all communications related to information security, both with internal staff and third parties. The IA manager works with a wide variety of people from different internal organizational units, bringing them together to manifest controls that reflect workable compromises as well as proactive responses to current and future information security risks. The Office of Naval Research (ONR) has a requirement for hardware maintenance support services of existing Hewlett-Packard (HP) servers, 24x7 with 4 hour on-site parts and labor. The support for the HP servers are required to provide support hardware and support maintenance services seven (7) days a week, twenty-four(24) hours a day with 4 hour on-site parts and labor for serial numbers: USM45300KL, USM45200VH, USM45200W5, USM64005YT, USM64005ZH, USM64005YG, USM64005ZF, USM640043M, USM640042U, USE646N6FJ, USE646N6FK, USE646N6FG, USE646N6FH, USE631N2TA, USE631N2T9, USE631N2TB, and USE631N2TC. The period of performance will be from the date of award through twelve (12) months thereafter. The Government intends to competitively award a firm-fixed price (FFP) purchase order that represents the best value to the Government. The following FAR clauses apply: 52.211-6, 52.212-1, 52.212-2, 52.212-4, 52.212-5, and 52.222-50. FAR clauses cited as applicable in 52.212-5 are as follows: 52.203-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-44, 52.225-13, and 52.232-33. The following DFARS clauses apply: 252.204-7004, 252.212-7001, and 252.232-7010. DFARS clauses cited as applicable in 252.212-7001 are as follows: 252.232-7003. The offerors should submit with their quotations along with completed representations and certifications in accordance with FAR 52.212-3 “Offeror Representations and Certifications—Commercial Items” and DFARS 252.212-7000 “Offeror Representations and Certifications—Commercial Items,” which are available electronically at http://heron.nrl.navy.mil/contracts/repsandcerts.htm; and an affirmation that the offeror has an active registration in the Central Contractor Registration (CCR) database found at www.ccr.gov. In order to determine which offeror represents the best overall value, offerors will be evaluated in accordance with the following evaluation criteria: (1) Technical and (2) Price/Cost. Information for the technical portion shall be separate from the cost proposal. Technical and price/cost are of equal importance. However, the Government reserves the right to award to the responsible offeror whose offer represents the best value to the Government. Proposals must be submitted no later than 3:00 PM Eastern Daylight-Savings Time (EDT) on Tuesday, June 8, 2010. Questions concerning this RFQ should be emailed to the contract specialist, Kenesha Y. Hargrave, at kenesha.y.hargrave@navy.mil. Questions must be received no later than three (3) business days before the response due date of this solicitation. Responses to this solicitation shall be submitted by email and sent to Kenesha Y. Hargrave @ kenesha.y.hargrave@navy.mil.Responses must be marked with the solicitation number, response due date, and ATTN: Ms. Kenesha Y. Hargrave.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/ONR/N00014-10-R-0006/listing.html)
 
Record
SN02162221-W 20100529/100527235144-0b28b9f06cacfd6275a834cf221bb058 (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.