SOLICITATION NOTICE
70 -- IBM BLADECENTER H CHASSIS
- Notice Date
- 1/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-14-T-6429
- Response Due
- 2/24/2014
- Archive Date
- 3/26/2014
- Point of Contact
- Point of Contact - BELINDA SANTOS, Contract Specialist, 619-553-4502; AURORA VARGAS, Contracting Officer, 619-553-0901
- E-Mail Address
-
Contract Specialist
(belinda.santos@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ N66001-14-T-6429 DUE: 02/24/14 SMALL BUSINESS SET ASIDE/BRAND NAME This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-14-T-6429. This requirement is set-aside for small business. Basis for award: The government anticipates awarding a firm-fixed price purchase order based on the lowest priced technically acceptable bidder. To be considered for award, the offeror certifies that the product being offered is an original and new IBM product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the IBM products that are the subjects of this action in the U.S. Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new and in their original packaging. By making an offer, offeror also consents to cancellation of award if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturers or that offeror was not authorized by the manufacturer to sell the product in the U.S. NAICS CODE: 334112 and business size standard is 1,000 employees ITEM DESCRIPTION QTY UNIT 0001 8852HC1 IBM BladeCenter H Chassis 3 EA Each Chassis Includes: BladeCenter KVM/Advanced Management Module P/N 1604, (1 ea) BladeCenter 2980W Initial Power Supply for Bays 1 or 2 P/N 2142, (Qty=1)(2 ea) IBM BladeCenter H 2980W AC Additional Power Module for Bays 3 or 4 (Qty=1), P/N 2143, (Qty=1)(2 ea) BladeCenter Chassis Configuration, P/N 2300, (1 ea) IBM Single Cable USB Conversion Option (UCO), P/N 3757, (1 ea) IBM UltraSlim Enhanced SATA Multi-Burner, P/N 4163, (1 ea) 2.8m, 200-240V, Triple 16A IEC 320-C20 Power Cable, P/N 6226 (2 ea) Cisco Catalyst Switch Module 3012 for IBM BladeCenter P/N A3FE, (1 each) BladeCenter H 2980W Base Refresh, P/N A3K8 (1 ea) 0002 7875AC1 IBM Blade Center HS23 17 EA Each HS23 Includes: HS23 BladeCenter P/N A1RG, (1 ea) 4GB (1x4GB, 2Rx8, 1.5V) PC3-12800 CL11 ECC DDR3 1600MHz VLP RDIMM, P/N A1S1, (8 ea) Intel Xeon Processor E5-2670 8C 2.6GHz 20MB Cache 1600MHz 115W, P/N A241, 1 ea Addl Intel Xeon Processor E5-2670 8C 2.6GHz 20MB Cache 1600MHz 115W, P/N A242, 1 ea IBM BladeCenter PCI Express Gen 2 Expansion Blade II, P/N A247, 1 ea 0003 7158AC1 IBM System x3630 M4 2 EA Each System Includes: 2.8m, 10A/100-250V, C13 to IEC 320-C14 Rack Power Cable P/N 6311 (2 ea) IBM System x 750W High Efficiency Platinum AC Power Supply, P/N A1H5, 2 ea IBM Integrated Management Module Advanced Upgrade P/N A1ML, (1ea) Intel Xeon Processor E5-2340 6C 2.2GHz 15MB Cache 1333MHz 95W, P/N A1YL, (1ea) Addl Intel Xeon Processor E5-2430 6C 2.2GHz 15MB Cache 1333MHz 95W, P/N A1YY, (1 ea) X3630 M4 Planar, P/N A1Z6, (1 ea) 3.5" Hot Swap BP Bracket Assembly, 12X3.5", P/N A1Z8, (1 ea) PCIe Riser Card 1 (1x8 FH/FL + 1x8 FH/HL slots), P/N A1ZE (1 ea) PCIe Riser Card 2 (2x8 LP Slots + 1x4 LP for Slotless RAID) P/N A1ZF, (1 ea) EIA USB Board, P/N A1ZJ, (1 ea) EIA OP Board, P/N A1ZK (1 ea) X3630 M4 Chassis ASM w/o Planar, P/N A20L, (1 ea) IBM 2TB 7.2K 6Gbps NL SATA 3.5" G2HS HDD, P/N A22T, 10 ea 4GB (1x4GB, 2Rx8, 1.5V) PC3-12800 CL11 ECC DDR3 1600MHz LP RDIMM, P/N A24L, 8 ea ServeRAID M5110 SAS/SATA Controller for IBM System x, P/N A347, 1 ea 0004 5731RSR Red Hat Enterprise Linux with Red Hat Support 2 EA Server 2 Socket 1 Guest per Server OTC with 1 year Premium Subscription and Support, P/N 0447 (1 ea) 0005 1U 17-Inch Plat Panel Console, P/N 172317X 1 EA 0006 Local 1x8 Console Manager, P/N, 1754A1X 1 EA 0007 BladeCenter Acoustic Attenuation Module, P/N 39M4674 4 EA 0008 Keyboard with Integrated Pointing Devise USB, P/N 94Y6179 1 EA 0009 IBM 42U Enterprise Rack, P/N 93084PX 4 EA 0010 SHIPPING San Diego, CA 92111-5000 1 LOT This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular, Fac 2005-72, Effective 01 Jan 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20131231 (Effective 01 Jan 2014) Edition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications. Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108- 78), 52.222-3, Convict LaborE.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.214-3, Amendments to Invitations for Bids, 52.214-4, False Statements and Bids, 52.214-5, Submission of Bids, 52.214-6, Explanation to Prospective Bidders, 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. DFAR 252.211-7003, Unit Identification and Valuation (applies to items over 5k). DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). This RFQ closes on February 24, 2014 at 4:00 PM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-14-T-6429. The primary point of contact for this solicitation is Belinda Santos at belinda.santos@navy.mil. For questions, please contact Dorothy Powell at dorothy.powell@navy.mil or Aurora Vargas at aurora.vargas@navy.mil. Please include RFQ N66001-14-T-6429 on all inquiries. Phone or fax will not be considered. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f2d0e27bc09b6ebd4aaad9c5a551ae5c)
- Record
- SN03272525-W 20140125/140123234020-f2d0e27bc09b6ebd4aaad9c5a551ae5c (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 |