Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

70 -- Brand Name Oracle equipment, software License and Support

Notice Date
8/8/2011
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0428
 
Response Due
8/16/2011
 
Archive Date
8/31/2011
 
Point of Contact
Rachel McFarland 562-626-7319
 
E-Mail Address
click here to contact contract specialist
(rachel.mcfarland@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items using Simplified Acquisition Procedures at FAR 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS (http://www.fedbizopps.gov) and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0428. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334111 and the Small Business Standard is 1000. The Government intends to acquire on a sole source basis with Oracle Systems, Reston VA, or authorized distributor, who is the manufacturer of the Network Equipment and Software which is used at the Naval Satellite Operations Center (NAVSOC), Port Mugu CA. The servers are replacement items for existing equipment. Please SUBMIT EVIDENCE of current Oracle Government authorized reseller status. The authority for this sole source action as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the Agency ™s requirement. The Fleet and Industrial Supply Center, Seal Beach has a requirement for the following BRAND NAME ONLY Oracle equipment: Item 1: Sun Ray 3 Plus Thin Client: TAA-comp Qty: 160 Mfr/Part No: Oracle TC3-PTZ-00 Item 2: Sun Ray 3 Shipping Box Qty: 160 Mfr/Part No: Oracle TC3-00Z-B1P Description: Sun Ray 3 Shipping Box, each, Config with Sun Ray 3 Plus, Power Cord, and Peripheral kit Item 3: Peripheral Kit Qty: 160 Mfr/Part No: Oracle X3701A-PC Description: Peripheral Kit (keyboard and mouse): American and Canadian Universal PC ” Item 4: Power-cord Qty: 160 Mfr/Part No: Oracle 348L-15-7-NEMA Description: Power-cord, N.A/Asia, Each, 1.5m, 7.0Amp rated, Plug NEMA 1-15P Connector IEC60320-1-C7, for factory Integration Item 5: Software Qty: 160 Mfr/Part No: Oracle CEC19-LCO-SRD Description: Sun Ray software Sun Ray device Perpetual Item 6: 1 year Software Update License and Support (for ITEM 0005) Qty: 1 Mfr/Part No: Oracle B35470 Description: Oracle 1 year Software Update License and Support DESCRIPTION 1. The thin client that enables access to server hosted applications on Oracle/Sun SPARC servers running Solaris 10 (utilizing Sun Ray Software and Oracle ™s unique Appliance Link Protocol (ALP) and Microsoft Windows 2008 R2 servers via remote desktop. The thin client should allow connections to multiple Solaris and Windows servers (e.g., client allows a user menu or list to be displayed showing the servers available for connection). 2. The thin client solution should support secure authentication to Solaris and windows servers and not utilize a local operating system that requires numerous patching and vulnerability fixes to meet IA requirements. The requirement is to have a zero-administration client solution. 3. Each Thin Client must have as a minimum: (4) USB 2.0 ports (2) Video connectors (DVI-I) (1) serial port (1) stereo audio microphone in (1) audio headphone/line-out Video resolution up to 2560x1600 Resolution for a single display or 5120x1600 total resolution across two displays (1) RJ-45 port supporting 10/100/10000 gigabit Ethernet (1) ISO-7816 integrated smart card reader (1) Keyboard (US)-PC keyboard (1) Optical Mouse Sun Ray 3 Plus power cord, N.A/Asia, 1.5 Meter, 7 Amp rated, Plug NEMA 1-15P Connector IEC60320-1-C7 Sun Ray software (Sun Ray Device Perpetual); Right to use license. One year Oracle Software Update License And support for Sun Ray Product must be ENERGY STAR approved/qualified. RoHS Compliant TAA Compliant ENERGY STAR approved Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Please include contractor Cage#, Tax Identification#, and pricing data. The place of delivery, acceptance and FOB destination point is Naval Satellite Operations CTR, Point Mugu, CA 93042-5003. Place of Performance: Naval Satellite Operations Center (NAVSOC) 661 13th Street, Point Mugu, CA 93042-5000 The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, EVALUATION COMMERCIAL ITEMS (JAN 1999); 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-10, Reporting Executive Compensation and first-tier subcontract; 52.219-28, Post-Award Small business Program Representation; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-28, Post-Award Small Business Program Re-representation, 52.222-3, Convict Labor; 52.222-19, Child Labor œ Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of employee Rights Concerning Payment of Union dues or Fees; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea; N00244L332-UNIT PRICES- Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within ten days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters must be registered in the CCR database. Registration is free and can be completed on-line at https://www.bpn.gov/ccrsearch. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at https://orca.bpn.gov. Quotes must be received no later than 1:00 P.M., local time 16 August 2011 and will be accepted via fax 562-626-7275 or via e-mail rachel.mcfarland@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0428/listing.html)
 
Record
SN02524927-W 20110810/110808234718-623482896a7a32cda41426580604d86c (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.