Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

70 -- Hardware Upgrade in support of Nimitz Lirary, US Naval Academy

Notice Date
12/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912T0039
 
Point of Contact
Kim Kanash 757-443-1363
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-12-T-0039. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090729. It is the responsibility of the contractor 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 NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. The NAICS code is 334112 and the Small Business Standard is 1,000 people. This is a sole source, unrestricted action with Innovative Interfaces Incorporated, 5850 Shellmound St, Emeryville, CA 94608. The Contracting Department, Fleet Logistics Center, Norfolk, requests from qualified sources capable of providing: CLIN 0001: HARDWARE UPGRADE FROM SUN V240 PLATFORM TO IBM X3650 M3 RACKMOUNT SERVER TO INCLUDE THE FOLLOWING SUPPLIES: MILLENNIUM IBM X3650 M3 RACKMOUNT SERVER RED HAT ENTERPRISE LINUX OPERATING SYSTEM DUAL INTEL XEON 5600 SERIES PROCESSORS 12 GB MEMORY FOUR INTERNAL HOT SWAP 73GB 15K RPM SAS DRIVES CONFIGURED AS RAID 10 INTEGRATED HARDWARE RAID CONTROLLER INTERNAL DVD-ROM DRIVE 10/100/1000 MBPS ETHERNET CONNECTIVITY TWO 675W POWER SUPPLIES 80/160 GB 4MM DAT 160 (DDS6) TAPE DRIVE (INTERNAL) REMOTE SYSTEM MANAGEMENT CAPABILITY MILLENNIUM APPLICATION LICENSE TO RUN UNDER THE LINUX OPERATING SYSTEM ASSOCIATED CABLES/CONTROLLERS (103E) ENTERPRISE BACKUP API TO INCLUDE THE FOLLOWING SERVICE: MACHINE SETUP AND PREPARATION OF THE EXISTING SYSTEM FOR CONVERSION MILLENNIUM SOFTWARE CONFIGURED FOR INNOVATIVE IBM LINUX PLATFORM POST-CONVERSION TESTING DATABASE CONVERSION MIGRATION OF DATABASE AND ALL PRODUCT INTERFACES MIGRATION OF 30 USER LICENSES OPERATING SYSTEM LICENSE UPGRADE RAID SETUP ONE DAY ON-SITE SERVICE BY INNOVATIVE HARDWARE TECHNICIAN (INCLUDING EXPENSES) SHIPPING AND INSURANCE TO INCLUDE RETURN OF EXISTING SERVERS WITH HARD DRIVE REMOVED Delivery Date: 30 days after date of contract Delivery: MULTIMEDIA SUPPORT CENTER U. S. NAVAL ACADEMY 589 MCNAIR RD ANNAPOLIS MD 21402-5030 The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items ALTERNATE I (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications/Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4, Contract Terms and Conditions - Commercial Items 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.211-7003 Alt I Item Identification and Valuation Alternate I 252.223-7008 Prohibition of Hexavalent Chromium 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sept 2010) 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.215-5 Facsimile Proposals Facsimile number (757) 443-1424 52.247-34 F.O.B. Destination 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.247-7023 Alt III Transportation of Supplies by Sea 252-225-7000 Buy American Act Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252-232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010) SUP 5252.232-9402, INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor Quick Reference Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. PROSPECTIVE CONTRACTOR RESPONSIBILITY In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. This announcement will close at 4:00 p.m. on 13 December 2011. Responses may be submitted to Kimberly Kanash who can be reached at 757-443-1363 or email kimberly.kanash@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 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, all proposals received within four days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0039/listing.html)
 
Record
SN02635551-W 20111209/111207234953-081d096097454410e926e5b5e4b54cc0 (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.