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 -- HP ProLiant DL380 G7 Servers

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
454-11MR-1446
 
Archive Date
8/27/2011
 
Point of Contact
RHONDA SIZEMORE, Phone: 304-256-3538
 
E-Mail Address
sizemore.rhonda@dol.gov
(sizemore.rhonda@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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. The solicitation number is 454-11MR-1446 and is issued as a request for quotations (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This requirement is a Small Business set-aside and only qualified offerors will be considered. FAR Clause 52.211-6, Brand Name or Equal, applies to this solicitation. Quotes offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quotes and are determined by the Government to meet fully the salient characteristics and requirements listed in the solicitation. If the quoter proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be clearly identified in the quote. The evaluation of quotes and the determination to equality of the product offered shall be the responsibility of the Goverment and will be based on information furnished by the quoter or identified in his/her quote as well as other information reasonably available to the purchasing activity. The Mine Safety and Health Administration requires the following items: 1. Qty: 3: HP ProLiant DL380 G7 Servers, Part # 583914-B-21 2. Qty: 3: Processor - Six Core Intel Xeon Processor X5675 (3.06 GHz, 12M L3 Cache, 95 Watts), Part # 633414-L21 3. Qty: 3: Memory for 1st processor - HP 16GB PC3-10600E 4x4GB 2Rank Memory, Part # 500672-16G 4. Qty: 6: HP 146GB 6G Hot Plug 2.5 SAS Dual Port 15,000 rpm Hard Drive, Part # 512547-B-21 5. Qty: 12: HP 300GB Hot Plug 2.5 SAS Dual Port 10,0000 rpm Enterprise Hard Drive, Part # 507127-B21 6. Qty: 3: Storage controller upgrade - HP 1G Flash Backed Cache (For P410i), Part # 534562-B21 7. Qty: 3: Network card - (2) Embedded HP NC382i Dual Port Multifunction Gigabit Server Adapters 8. Qty: 3: Power supply - 2 HP 460W Common Slot Gold Hot Plug Power Supplies, Part # 503296-2PS 9. Qty: 3: Power cord - HP 1.83m 10A C13-UL US Power Cord, Part # AF556A 10. Qty: 3: HP Insight Software - installed - HP iLO Advanced 1 Server License with 1 yr 24x7 Technical Support and Updates, Part # 512485-B21 11. Qty: 3: Server Management - Integrated Lights Out 3 (iLO 3) Management 12. Qty: 3: Warranty - HP Standard Limited Warranty - 3 Years Parts and On-Site Labor, Next Business Day 13. Qty: 3: HP Care Pack, 4 Years, 6 Hours, 24x7, CTR, w/DMR Hardware, ProLiant DL380, Part # UH911E 14. Qty: 3: HP Care Pack, Install HP ProLiant DL380, Part # U4554E Offerors must quote on all line items. Please quote in the order listed above. New ONLY; NO remanufactured or "gray market" items. All items must be covered by manufacturer's warranty. Quotes must be good for 30 calendar days after closing date of this solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. FOB Destination shall be to Beaver, WV, 25813. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Registration is free. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JULY 2010), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.203-6 Alternate I, FAR 52.219-6; FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35; FAR 52.222-36, FAR 52.222-37; FAR 52.225-1, FAR 52.225-3, FAR 52.225-13, and FAR 52.232-33. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (AUGUST 2009) with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). It is anticipated that an award will be made on or about August 19, 2011. Questions must be submitted in writing to sizemore.rhonda@dol.gov. no later than 3:00 p.m., August 9, 2011. No phone calls will be accepted. Quotes for the items(s) described above are due by Friday, August 12, 2011 no later than 3:00 PM Eastern Standard Time, to Contracting Officer Rhonda Sizemore at sizemore.rhonda@dol.gov. Quotes must include solicitation number, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), cage code, DUNS Number, and identification of any special commercial terms. Offeror must address requirements regarding Section 508 of the Rehabilitation Act of 1973 in order to be considered for award. Q uotes must be submitted in a format compatible with Microsoft Office 2003. The Government will award a firm fixed price contract to the lowest priced technically acceptable offeror who meets the requirements listed in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/454-11MR-1446/listing.html)
 
Place of Performance
Address: NATIONAL MINE HEALTH AND SAFETY ADMINISTRATION, 1301 Airport Road, Beaver, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02525045-W 20110810/110808234827-d760953c933041e9804dedeb703ceb4e (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.