Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
DOCUMENT

70 -- ADP Support Equipment - Attachment

Notice Date
9/13/2012
 
Notice Type
Attachment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
Solicitation Number
N0017812R3008
 
Response Due
9/19/2012
 
Archive Date
12/31/2012
 
Point of Contact
Deborah Dobson 540-653-4204 Deborah Dobson,
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This combined synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has a requirement for a Firm Fixed-Price contract to purchase an APC Power/UPS/Racks/Cooling system which includes: (1) APC Symmetra PX40kW Power/UPS System, (4) InRow RD air units, (4) Outside condensers, (20) Netshelter racks assembled with (20) Metered PDU s and (20) Temperature & Humidity sensors, and assorted accessories or infrastructure. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. The solicitation number N00178-12-R-3008, is issued as a Request for Proposal (RFP). This solicitation document with incorporated clauses and provisions are those in effect through Federal Acquisition 2005-60, effective 26 July 2012, Class Deviation 2012-0080 and Defense Acquisition Circular DPN 201200906. The NAICS Code associated with this procurement is 423430 with a size standard of 100 employees. This requirement is sole sourced for the APC ISX Symmetra system by Schneider Electric. No other systems will be accepted. The Government reserves the right to award on an all or none basis. The Naval Surface Warfare Center, Dahlgren Division, intends to procure the following items: DESCRIPTION: Items to be furnished are in accordance with the attached list. The contractor shall provide the following mechanical services: set (4) outside condensers on customer supplied pad. Supply and run lines from condensers to (4) InRow RD units inside building. Supply and install condensation lines from RD s to proper drainage point. Charge and test systems. Coordinate to have APC certified Air Technician start and test systems. The APC chillers will occupy an 8 X 16 foot area on a concrete pad. Proposal must include all applicable shipping and installation charges. NEW Equipment ONLY; No remanufactured or gray market items. All items must be covered by the manufacturer s warranty. INSTRUCTIONS: The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to FAR 52.212-1, Instructions to Offerors Commercial Items: In order to maximize efficiency and minimize the time for proposal and capability evaluation, it is requested that the offeror submit a proposal in accordance with the format and content specified. The original shall be clearly identified as ORIGINAL and bear original signatures. The copies shall be complete and clearly identified as COPY . The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS followed by the DUNS number that identifies the offeror s name and address. The offeror shall provide documentation that shows their current active registration in the Central Contractor Registration (CCR). Lack of registration in the CCR database will make an offeror ineligible for award. The offeror shall demonstrate their technical understanding of the requirements of this contract by submitting information which may include but not be limited to existing product literature, brochures, etc. that offers a product which will best meet the needs of the Government. This information shall provide complete specifications of the proposed system which will allow the Government to make this determination. A copy of the commercial warranty provisions shall also be provided. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Alt I and DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items as a part of their proposal. The clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2012) subparagraphs (a)(1), (b)(1), (2), (4), (6), (26), (27), (28), (29), (30), (31), (32), (34), (38), (42), (46), (47), (d), and (e); DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items subparagraphs (a), (b)(1), (6)(i), (9), (23) and (29)(iv). Additionally, FAR 52.207-7, 52.209-6, 52.211-17, 52.232-1, 52.232-8, 52.232-11, 52.232-25, 52.233-1, 52.233-3, 52.243-1, 52.244-6, 52.246-1, 52.247-34, 52.249-1, and DFARS Clause 252.204-7004 Alt A, 252.211-7003, 252.225-7002, 252.243-7001 will be included in the resultant contract. The following local clauses will also be included: Ddl-F20(stating our hours o operation), Ddl-F30(requiring notice of partial deliveries), Ddl-F40(requiring notice of late delivery), HQ-C-2-0024(requiring the extension of Commercial Warranty) and HQ-G-2-0007(requiring invoices through Wide Area Workflow). The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://farsite.hill.af.mil/farsite.html & http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. AWARD: The award shall be firm fixed price. In order to be eligible for award, firms must be determined to be responsible in accordance with FAR 9.104-1 and they must be registered in the Central Contractor Registration (CCR). Instructions for registration may be found at: https://www.sam.gov/, and the number for the CCR Helpdesk is 1- 866-606-8220. The closing date is 19 September 2012 at 12:00 Noon, Eastern Time. Anticipated Award date is 27 September 2012. All items shall be priced FOB Destination to the Naval Surface Warfare Center, Dahlgren, Division, Receiving Officer, 6220 Tisdale Road, Suite 159, Dahlgren VA 22448-5114, between the hours of 0700 and 1430 local time on weekdays. No deliveries will be accepted on Federal Holidays. Electronic quote submission is encouraged at Deborah.dobson@navy.mil, but the quote may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: CXS13-11, Bldg. 183, Room 106, 17632 Dahlgren Road. Suite 157, Dahlgren, VA 22448-5110.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017812R3008/listing.html)
 
Document(s)
Attachment
 
File Name: N0017812R3008_12R3008attachment.docx (https://www.neco.navy.mil/synopsis_file/N0017812R3008_12R3008attachment.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0017812R3008_12R3008attachment.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02881719-W 20120915/120914001348-2720322c0e43d6d6fc19b2933fdc7faa (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.