Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
MODIFICATION

70 -- Sun-Oracle Servers

Notice Date
9/13/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
477 Essex Street, Pearl Harbor, HI 96860
 
ZIP Code
96860
 
Solicitation Number
HC1019-13-T-0017
 
Response Due
9/17/2013
 
Archive Date
3/16/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is HC1019-13-T-0017 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-09-17 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be JBPHH, HI 96860 The DITCO - Pacific Command (PL7) requires the following items, Exact Match Only, to the following: LI 001: Item no: 1.1 - Part No: 7105430, SPARC T4-1 SERVER: Model family, 4, EA; LI 002: Item no: 1.2 - Part No: 7105432, Sun-Oracle SPARC T4-1 server: base with 1 SPARC T4 8-core 2.85 GHz processor, 4, EA; LI 003: Item no: 2.0 - Part No: 333A-25-15-NEMA, Sun-Oracle Power cord: North America and Asia, 2.5 meters, 5-15P plug, C13 connector, 15A, 8, EA; LI 004: Item no: 3.0 - Part No: 7104198, Sun-Oracle One 16GB DDR3-1066 registered DIMM, 32, EA; LI 005: Item no: 4.0 - Part No: SE6Y3K11Z, Sun-Oracle One 600 GB 10000 rpm 2.5- inch SAS-2 HDD with mounting bracket, 24, EA; LI 006: Item no: 5.0 - Part No: 7101664, Oracle Solaris and Oracle VM Server for SPARC preinstall (included), 4, EA; LI 007: Item no: 6.0 - Part No: SE6Y5RF1Z, Sun-Oracle DDR3 Memory DIMM Filler Panels (included), 16, EA; LI 008: Item no: 7.0 - Part No: SE6Y9MF1Z, Sun-Oracle Filler panel for disk drives (included), 8, EA; LI 009: Item no: 8.0 - Part No: Q-PREM-SPRT-SYS, Sun-Oracle Premier System (and OS) Support (1 year) for lines 1-7, 4, EA; LI 010: Item no: 9.0 - Part No: Q-DATA-RETENTION, Sun-Oracle Oracle customer data and device retention (1 year) for line 4, 24, EA; LI 011: Shipping - FOB Destination - Hawaii. If shipping is included in line items, Please State that on your bid., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DITCO - Pacific Command (PL7) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DITCO - Pacific Command (PL7) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. ANYONE OTHER THAN THE MANUFACTURER MUST SUBMIT WRITTEN PROOF OF BEING AN AUTHORIZED RESELLER or PARTNER AT TIME OF BID SUBMITTAL, IN ORDER TO BE CONSIDERED **All items must be covered by manufacturer?s warranty and licensing. Bid MUST be good for 45 calendar days after close of Buy. PLEASE ENSURE YOUR SAM RECORD REFLECTS NAICS CODE 334112 AS A SMALL BUSINESS OR YOU WILL NOT BE CONSIDERED. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Shipping must be free/freight on board (FOB) destination Hawaii, 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations andcertifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Please see http://farsite.hill.af.mil/ for full clause. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause. (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). 252.237-7019 -Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 - Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 - Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 - Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) Please see http://farsite.hill.af.mil/ for full clause. CONTRACT/ORDER CLOSEOUT?FIXED-PRICE, TIME-AND-MATERIALS, OR LABOR-HOURS (JAN 2007) Timely contract closeout is a priority under this contract/order. The Contractor shall submit a final invoice within ninety (90) calendar days after the expiration of this contract/order, unless the Contractor requests and is granted an extension by the Contracting Officer, in writing. In addition, and concurrent with the submission of the final invoice, the Contractor shall notify the Contracting Officer of the amount of excess funds that can be deobligated from this contract/order so the closeout process can begin as soon as possible upon expiration of this contract/order. A bilateral contract/order closeout modification will be forwarded to the Contractor by the Contracting Officer and must be signed by the Contractor and returned to the Contracting Officer within thirty (30) calendar days of issuance of the modification. A Contractor?s failure to respond and/or sign the bilateral closeout modification within thirty (30) calendar days of receipt will constitute approval of the terms of the modification and the modification will subsequently be processed unilaterally by the Contracting Officer to deobligate excess funds and close this contract/order. If this contract/order contains option periods, the Contractor is required to submit an invoice within ninety (90) calendar days after expiration of the base period of performance and the expiration of each exercised option period of performance to allow for deobligation of excess funds that were obligated in those respective periods of performance. Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause. Please see http://farsite.hill.af.mil/ for full clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/HC1019-13-T-0017/listing.html)
 
Place of Performance
Address: JBPHH, HI 96860
Zip Code: 96860-5815
 
Record
SN03186945-W 20130915/130913235037-64d05b20dd118ea1bf0eae1704d82383 (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.