COMMERCE BUSINESS DAILY ISSUE OF APRIL 30, 2001 PSA #2840
SOLICITATIONS
70 -- SILICON GRAPHICS ORIGIN2000 WORKSTATION, NT WORKSTATION AND OCTANE2 WORKSTATIONS
- Notice Date
- April 26, 2001
- Contracting Office
- Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
- ZIP Code
- 22448-5100
- Solicitation Number
- N00178-01-R-1025
- Response Due
- May 7, 2001
- Point of Contact
- SD11 Branch at (540)653-7478
- E-Mail Address
- SD11 Branch is POC for N00178-01-R-1025 (sd11@nswc.navy.mil)
- Description
- This requirement is for a Firm Fixed-Price contract for the acquisition of assorted computer hardware to serve as upgrades and replacements of existing Silicon Graphics hardware. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Simplified Acquisition Procedures will be used in accordance with FAR 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposals (RFP); the solicitation number is N00178-01-R-1025. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. This acquisition is limited to specific make and model remanufactured or new items (FAR 6.302-1). The associated North American Industry Classification System (NAICS) code is 334111; the Small Business Size Standard is 1000 employees. The contractor shall provide the following items either remanufactured or new. Remanufactured items must meet the specifications of new items. CLIN 0001 Origin2000 Workstation, one (1) ea as follows: DR-ORIGIN2K Origin2000 desk side server base chassis, CD-ROM, no node board, no memory, no system disk, RRTR-2T04 router package for 2CPU or 4 CPU system, two (2) HU1R-H7602-8 node board, 2x300 Mhz R12K with 8MB cache, two (2) OPNR-512-D1 first 512MB memory (1 bank-64Mbit) or 1GB so as to equal 1GB in total, FTO-9GB P 9.1GB SE USCSI disk, CPOR403is Internal third party 36.4GB ultra2 SCSI 10k rpm, WYSE terminal, and SC4-ASE-6.5 IRIX 6.5 Advanced Server Environment; CLIN 0002 Octane2 Workstation, three (3) ea as follows: WT5-1P400V6-209 Octane2 V6 graphics R12000A 400Mhz/2MB cache, 256MB memory, 9GB 10k rpm disk, D-MON21A-NC 21" monitor, CPOR101is internal third party 9GB Ultra2 SCSI 10k rpm, KBB-US keyboard kit US, DK-P5-001 power cord destination kit US two (2) per system, SC4-AWE-6.5 IRIX 6.5 advanced workstation environment, HWC hardware care one year; CLIN 0003 NT Workstation, 1 ea as follows: SYS01200 SGI 1200 Base Model 100Mhz FSB includes chassis and motherboard, CPU10302 dual 800Mhz P3 CPU with 256K cache (100MhzFSB), two (2) MEMS5121 512MB SDRAM memory or 1GB so as to equal 1GB in total, PCI-RAID5-VFL PCI RAID5 3+1 bundle 4x36GB 10k rpm drives with PCI RAID controller, 4860 Windows NT server with 5 clients, and SSU41001 hardware care 5x9 3yr hardware on-site support, NBD response. All systems require 10/100MB connectivity. WARRANTY Offerors shall offer the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The warranty shall be of a minimum duration of 1 year from date of acceptance by the Government for remanufactured items and 90 days for new items. All deliveries shall be inspected and accepted at the point of destination. The system shall be delivered FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 1732 Dahlgren Road, Dahlgren, VA 22448-5100. INSTRUCTIONS -- The provision at 52.212-1, Instructions to Offerors Commercial 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. Submit signed, dated offers to NSWCDD, 17320 Dahlgren Road, Dahlgren, VA 22448, Bldg 183, Rm 102, no later than 2:00 pm 26 Apr 2001. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFP number; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror's DUNs number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR). Lack of registration in the CCR database will make an offeror ineligible for award. (5) A copy of the complete commercial warranty provisions and term; (6) Offered delivery time. (7) Offeror's remit to address. (8) Completed copies of FAR 52.212-3 and DFARS 252.212-7000. (9) Past performance data of the last three sales for the same or similar equipment. For each reference include: contract number, dollar value, date of sell, organizational name; point of contact, address, phone number and e-mail. (10) The Price Proposal should include: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list: (1) is regularly maintained. (2) is published or otherwise available for inspection by customers. (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such articles are commercial items sold in substantial quantities to the general public, at the prices listed in the above-mentioned catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. EVALUATION -- The provision at 52.212-2, Evaluation- Commercial items, is applicable and the following evaluation criteria is to be included in paragraph (a). The following factors shall be used to evaluate offers: Warranty term and conditions desired terms and conditions include on-site maintenance available Monday through Friday during normal business hours with 24 hr response time. Time of delivery desired delivery is within 30 days of contract award. Offers that can provide a faster delivery will be evaluated more favorably. Past performance evaluation will be based on CPARS data, provided references and include offeror's previous quality of product; timeliness of delivery; and customer service (references may be contacted). Price The offeror should identify the proposed price and any discounts. Price is not considered the most important evaluation factor. The importance of price will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. Price may be the deciding selection factor depending on whether a highly evaluated technical proposal warrants the evaluated price difference. OTHER TERMS AND CONDITIONS -- Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications- Commercial Items and, with its offer. The clause at 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 (Feb 2001) applies to this requisition; the following clauses are applicable: 52.203-6 Alt I, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222.19, 52.225-5, and 52.232-33. DFARS 252.232-7001 applies to this requisition; the following clauses are applicable 252.219-7003, 252.225-7007, 252.225-7012, 252.225-7021, 252.227-7015, 252.243-7002, 252.247-7023, and 252.247-7024. This is a DO-A7 rated order. Offers are due no later than 2:00 p.m. EDT on 7 May 2001. Offers should be sent to the attention of Code SD11, Building 183, First Floor, Room 102, Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448/Phone (540)653-7478, FAX (540)653-7088, E-mail sd11@nswc.navy.mil.
- Web Link
- NSWCDD Dahlgren Laboratory Procurement Division Web (http://www.nswc.navy.mil/supply)
- Record
- Loren Data Corp. 20010430/70SOL007.HTM (W-116 SN50K3N9)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on April 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|