Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
MODIFICATION

70 -- HP DL380-G6 SERVER, 2 EA / PR#1300562603

Notice Date
6/6/2016
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-6266
 
Response Due
6/9/2016
 
Archive Date
7/9/2016
 
Point of Contact
Point of Contact - DANILO B IBARRA, Contract Specialist, 619-553-1154; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(danilo.ibarra@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 00003 EFFECTIVE DATE 6/07/2016 1. The purpose of this modification is to Accept REFURBISHED Item 0001: HP DL380-G6 SERVER: 2. RFQ closing date is extended to 09 June, 2016 @10:00 AM PST from 06 June, 2016. 3. All other terms and conditions remain the same. ************************************************************ AMENDMENT 00002 EFFECTIVE DATE 5/31/2016 1. The purpose of this modification is to extend the RFQ closing date from 01 June, 2016 to 06 June, 2016 @10:00 AM PST. 2. All other terms and conditions remain the same. ******************************************************************* AMENDMENT 00001 EFFECTIVE DATE 5/25/2016 1. The purpose of this modification is to correct line item; From 600gb 10k sas 2.5 - EA 16 9.6 TB TOTAL to 600gb, 10k sas, 2.5" - 16 EA TOTAL 9.6 TB 2. RFQ closing date remains the same. 3. All other terms and conditions remain the same. ******************************************************************* 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 only the solicitation. Competitive quotes are being requested under N66001-16-P-6266. This requirement is set-aside for small businesses - Brand Name ONLY, NAICS code is 334111 and the size standard is 1,000 personnel. FSC: 7021. Item 0001: HP DL380-G6 SERVER: HP DL380-G6 SERVER TO INCLUDE THE FOLLOWING ITEMS: SERVER, DL380G6 ALH-210177-003 318U8 EA 1 DL380G6/G7 PCI-E 1X8 2X4 RISER KIT 500579-B21 28480 EA 1 DRIVE, OPTICAL, 12.7MM SLIM SATA DVD-RW 481043-B21 28480 EA 1 PROLIANT SINGLE RELEASE SOFTWARE 534516-B21 28480 EA 1 POWER SUPPLY, 1200W HOT PLUG, AC 500172-B21 28480 EA 2 256MB FIO P-SERIES CACHE MODULE 534108-B21 28480 EA 1 NC365T 4-PORT ETHERNET SERVER ADAPTER 593722-B21 28480 EA 2 8GB 2RX4 PC3-10600R-9 KIT 500662-B2128480 EA 12 X5670 DL380G7 KIT 587493-B21 28480 EA 1 X5670 DL380G7 FIO KIT 587493-L21 28480 EA 1 DL380G6 CTO CHASSIS 494329-B21#ABA 28480 EA 1 600gb 10k sas 2.5 - EA 16 9.6 TB TOTAL 487738-001 HP 24 BAY 3GB SAS EXPANDER CARD EA 1 516914-B21 HP 8SFF CAGE EA 1 Will Not include: NO ADDITIONAL SUPPORT REQUIRED H4396B 28480 EA 1 PROLIANT ONBOARD ADMINISTRATOR ONE YEAR TA850AAE 28480 EA 1 QTY: 2 EA Unit Cost: Total: Item 0002: HP iLO Adv 1-Svr incl 1 yr TS&U SW PN 512485-B21 Qty: 3 EA / 1 lot Item 0003: UID (Unique Identification) Tag for items exceeding $5,000.00 each. Qty: 1 lot. Cost: Item 0004: Shipping cost. QTY: 1 lot. Cost: GRAND TOTAL: "To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant 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 products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items 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 manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant." Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. RFQ Number N66001-16-T-6266 e. Preferred Delivery: F.O. B. Destination. If quoting FOB origin, shipping estimate must be provided. f. Indicate delivery lead time after receipt of order. Ship to Address: SPAWAR SYSTEMS CENTER PACIFIC Receiving Officer 4297 PACIFIC HIGHWAY, BLDG OTC7 SAN DIEGO, CA 92110 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 (10/05/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20151001(Effective 01 Oct 2015). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 (10/05/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20151001(Effective 01 Oct 2015). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses shown below can be accessed in full text at www.farsite.hill.af.mil/: 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 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) 52.212-1, Instructions to Offerors Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 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. 52.219-6, Notice of Total Small Business Set-Aside 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) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child LaborCooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222.37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g) 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds TransferSystem for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7000, Disclosure of Information 252.204-7004 Alternate A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions This RFQ closes on June 01, 2016 at 10:00 AM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://ecommerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/ N66001-16-P-6266. The point of contact for this solicitation is Danilo Ibarra at danilo.ibarra@navy.mil. Please include RFQ N66001-16-P-6266 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af6d52f99b9c02e76684a5891e33010b)
 
Record
SN04138915-W 20160608/160606234011-af6d52f99b9c02e76684a5891e33010b (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.