SOLICITATION NOTICE
70 -- Storage Area Network. EMC Clariion CX500
- Notice Date
- 6/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
- ZIP Code
- 17070-5001
- Solicitation Number
- Reference-Number-SP3100-6157-9501
- Response Due
- 6/16/2006
- Archive Date
- 7/1/2006
- Description
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SP3100-6157-9501. The Defense Distribution Center located in New Cumberland, PA has a requirement for Storage Area Network hardware for the Defense Distribution Center San Joaquin. This is a brand name acquisition due to compatibility and standardization. A written justification to limit sources has been executed in accordance with FAR 6.3. Additional information is available from the Contract Specialist POC. CLIN 0001 is for EMC Clariion Storage Area Network (SAN) solution, to include the following components: 1 ea CX500, CX500 FC Array E 4GB MEM; 1 ea RACK-4OU-C, 40U Common Rack; 2 ea CX-2PDAE, CX DAE FC 2 GB Expansion; 45 ea CX-2G10-146, FC 146GB 10K 520B 2GB; 1 ea PW40U-C-US, 40 U-C PWR CORD ? US; 2 ea PP-WN-KIT, POWERPATH WINDOWS KIT; 6 ea NAVAGT-WINKIT, NAVI AGENT WINDOWS MEDIA; 1 ea NAV-DPKIT, NAVI DEPARTMENTAL MEDIA; 1 ea CX-500 KIT, CX500 DOCS & RTU; 1 ea SV500-KIT, CX500 SNAPVIEW MEDIA; 1 ea C-MODEM-US, CLARIION SERVICE MODEM-US; 6 ea UTIL-WIN, WINDOWS SOFTWARE UTILITIES; 1 ea CC-OIC-KIT, CC5.X OPN INTG CMPNYS KIT; 1 ea CC-CLKEY, CC CALRIION KEY; 1 ea NAV500-DP, CX500NAVI DEPARTMENTAL; 6 ea PP-WN-WG, PPATH WINDOWS WGR; 1 ea SV500, CX500 SNAPVIEW; 1 ea CE-VALPAK-CBC, TRN CLAR BC VPAK VAL 1YR DATE INV; 1 ea PS-CUS-ECC, PS CUSTOM EMC CC 5.1; 1 ea CLARSFTPP, PREPAID CLAR SFT; 1 ea OPNSW-PPM-PRM, OPEN SW PPD MNT PRM; 24 ea FM-LL30MD, 30M MM FIBRE CABLE LC-LC; 1 ea DSB2RLKT, RAILS FOR SYMM DS8B2; 1 ea DS-4100B-00, BRCD 32-PORTS W/16 ACTIVE; 1 ea DS4100B-8U-00, BRCS 8-PORT UPGRADE; 2 ea QLA2340-E-SP, SINGLE PORT 2GB FC PCI/PCIx; 6ea QLA2342-E-SP, DUAL PORT 2GB FC PCI/PCIx; A list of this equipment is available by contacting the Contract Specialist POC. Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination). Equipment shall be shipped to the Defense Distribution Center San Joaquin (DDJC), Supply Branch, Warehouse 3-1, SB3200, DDJC-Tracy (Attn: Robert V. Harden), S. Chrisman Road, Tracy, CA 95376-5000, (209) 982-2901. Note: Desired delivery schedule is 2 weeks ARO and Required delivery schedule is 3 weeks ARO. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-09. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-6 (ALT I), 52.219-4, 52.219-8, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-34, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price which meets the delivery requirements. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to Margaret.ross@dla.mil, Request for Quote Number SP3100-6157-9501. Prices and representations/certifications are required NLT 12:00 PM EST on June 16, 2006. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Place of Performance
- Address: Defense Distribution Center San Joaquin (DDJC), Supply Branch, Warehouse 3-1, SB3200, DDJC-Tracy (Attn: Robert V. Harden), S. Chrisman Road, Tracy, CA
- Zip Code: 95376-5000
- Country: US
- Zip Code: 95376-5000
- Record
- SN01066489-W 20060611/060609220059 (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 |