Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2013 FBO #4260
SOLICITATION NOTICE

A -- Hewlett Packard (HP) Blades Server (Part No: BL860c i2) with 8 cores (2 CPU) and 64 GB RAM

Notice Date
7/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(DE)-2013-210-AMS
 
Archive Date
8/15/2013
 
Point of Contact
Alice Sobsey, Phone: 301-402-3670
 
E-Mail Address
sobseyam@nhlbi.nih.gov
(sobseyam@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Line Item Number 0001: Blades Server (Part No: BL860c i2) with 8 cores (2 CPU) and 64 GB RAM Line Item Number 0002: Shipping and Handling. Background: The National Institute of Dental and Craniofacial Research (NIDCR) seeks to procure a blade server to increase the computing power of the OpenVMS based server cluster controlling the Scanco µCT50 scanning system. This system is used for ultra-structural analysis of mineralized tissues in small specimens, mainly bones and teeth. The system at present has a throughput rate to accommodate processing of several individual samples. Purpose and Objectives: The required equipment must be fully compatible with the existing HP integrity BL860c i2 blade server running OpenVMS 8.4 and the Scanco software suite. This provides for full and open competition with no company name unless brand-name or equal. Due to space, cooling and power constraints it is further required that the new server be housed in the existing HPc3000 blade server enclosure. Contractor Requirements: The contractor must provide the following: •1 blades (BL860c i2) with 8 cores (2 CPU) and 64 GB RAM, brand-name or equal. •Open VMS Operating System; Cluster Client Licenses. •Includes remote configuration to work with Scanco MicroCT system. Government Responsibilities: a.The government will not furnish any government property to the vendor. b.The government will not furnish any facilities to be used by the vendor. Reporting Requirements and Deliverables: a.The Government will receive real time access to the status of the project, download reports and data immediately after they are available. Inspection and Acceptance Requirements: 1.The Government will inspect all deliverables. The Contractor shall be contacted via phone or email upon delivery, if any problems are discovered. 2.A Government Official will inspect and accept requirements. National Institutes of Health (NIH), Building 30, Bethesda Main Campus, 30 Convent Drive, Bethesda, MD 20814 The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. EVALUATION OF PROPOSALS The Government will evaluate proposals that are determined technically acceptable in accordance with the Technical Evaluation factors. The Government intends to award a single purchase order from this solicitation. The Government reserves the right not to award a purchase order. Evaluation of Proposals: The Government reserves the right to make an award without discussions based solely upon initial proposals. EVALUATION FACTORS: The equipment will be evaluated on and must meet the following product specifications: •1 blades (BL860c i2) with 8 cores (2 CPU) and 64 GB RAM. •Open VMS Operating System; Cluster Client Licenses. •Includes remote configuration to work with Scanco MicroCT system. A.Price (This will be Firm-Fixed Price): An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this Acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this Acquisition. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. Offerors shall submit their proposals no later than 7:30 a.m. Eastern Standard Time (EST) on July 31, 2013 The proposal must reference the RFQ Number: NHLBI-CSB-(DE)-2013-210-AMS. All responsible offerors may submit a quote, which if timely received, shall be considered by the agency. Proposals can be emailed to the Contracting Specialist, Alice Sobsey at sobseyam@nhlbi.nih.gov; Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. All quotes shall contain the following: 1. Name of Contracting Organization; 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number); 3. Contract Type; 4. Total Contract Value; 5. Description of Requirement; 6. Contracting Officer's Name and Telephone Number; 7. North American Industry Classification System (NAICS) Code; and 8. DUNS Number. 9. Quote, with price breakdown. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2013-210-AMS/listing.html)
 
Place of Performance
Address: National Institutes of Health (NIH), Building 30, Bethesda Main Campus, 30 Convent Drive, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03123021-W 20130724/130722234520-a89452a5f07d84e594a741fe2c23a9fd (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.