Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

70 -- SUN STORAGE 7120 PTO MODEL

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NICHD-12-090
 
Archive Date
9/17/2012
 
Point of Contact
Tina Robinson, Phone: 301-443-7796
 
E-Mail Address
tr207f@nih.gov
(tr207f@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-12-090 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-60. The North American Industry Classification (NAICS) Code is 334112 and the business size standard is 1000 employees. However, this solicitation is not a set aside for small business. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) have a requirement for a vendor who is capable of providing the Oracle Corp. /Sun Microsystems Storage 7120 PTO Model and all the components below: P/N: 12002256 - Sun Storage 7120 PTO Model - Quantity (1) EA P/N: S7120-FAMILY -ZFS Storage 7120 ATO BOM product family top level part number - Quantity (1) EA P/N: 7103074 - Sun ZFS Storage 7120 appliance w/1 Intel ® Xeon ® E5620 4-core 2.4 GHz processor, eleven 3 TB 3.5 inch SAS-2 HDDs and (1) write flash accelerator (for factory installation) - Quantity (1) EA P/N: 333A-25-15-NEMA - Power cord: North America and Asia, 2.5 meters, 5-15P plug, C13 connector, 15 A (for factory installation) - Quantity (2) EA P/N: SG-PCIESAS-GEN2-Z - SAS PCIE 6Gbs 8 port - QUANTITY (1) EA P/N: TA-2.OM-SAS- 2m, Mini, shielded, SAS cable - QUANTITY (2) EA P/N: TA7000J- FAMILY - Sun Disk Shelf - QUANTITY (1) EA P/N: DS2-OBASE - Sun dish shelf: base chassis w/2 SAS-2 I/O modules, 2 AC PSUs and 2 cooling fans (for factory installation) - QUANTITY (1) EA P/N: 7101765 - Sun disk shelf one 3 TB 7200 rpm 3.5 inch SAS-2 HDD with stingray bracket (for factory installation) - Quantity (24) EA P/N: 333A-25-15-NEMA - Power cord: North America and Asia, 2.5 meters, 5-15 plug, C13 connector, 15 A (for factory installation) - QUANTITY (2) EA P/N: DS2-4URK-19U - Sun disk shelf: universal kit for 19-inch depth racks (for factory installation) - QUANTITY (1) EA P/N: Q-PREM-SPRT-SYS - Premier System (and OS) Support - QUANTITY (1 calendar year) The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items -Evaluation Procedures: The Government will select the best overall offer based on price and ability to meet the specifications identified in the requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offeror's quote being determined unacceptable. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at https://www.acquisition.gov/Far/. Interested vendors capable of furnishing the government with the products specified in this synopsis should submit a copy of their quotation/offer to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6100 Executive Boulevard, Room 5Z00, Bethesda, MD 20852. Attention: Tina Robinson or via email to robinsti@mail.nih.gov by the due date and time below. Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due seven (7) calendar days from the publication date of this synopsis or by September 10, 2012 before 1:00 P.M. EST. The quotation must reference "Solicitation number" NICHD-12-090. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-12-090 in the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award, contractor must be registered and have valid certification in the System for Award Management (SAM) @ www.Sam.gov, formerly Central Contractor Registration/CCR. Lack of valid registration in SAM will make an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD-12-090/listing.html)
 
Place of Performance
Address: N.I.H., ROCKVILLE, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02866699-W 20120906/120905000538-842079da7f7a0c04875b741b616053a4 (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.