Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOLICITATION NOTICE

70 -- Server; Rackmount Chassis

Notice Date
7/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025306T0174
 
Response Due
7/24/2006
 
Archive Date
8/23/2006
 
Description
Naval Undersea Warfare Center Division Keyport is contemplating award on a sole source purchase order to MPC-G, LLC 906 Karcher Road Nampa, ID. 83687. This requirement is being issued as a Combined Synopsis/Solicitation for Commercial Items in accordance with FAR 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. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. The solicitation number for this requirement issued as a Request for Quotation (RFQ) N00253-06-T-0174. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Federal Circulars 2005-09. The applicable NAICS code for this requirement is 334111 and has a size standard of 1,000. Our requirements are: CLIN 0001: 2 Each; Server, Netframe 2720. Case: 2U Chassis with standard control panel bezel; Processor: Intel Xeon 3.6GHz Dual Processors (2MB Cache, 800MHz FSB); Memory: 4GB (4X1GB) ECC DDR2 SDRAM; Hard Drive: 73GB Ultra 320 SCSI Hard Drive (15,000RPM) X 6 Drives; Controller Card: LSI Dual Channel PCI-X U320 SCSI RAID Controller, 128MB; Cd Rom Drive: 24x24x24Xcdrw/8Xdvd Combo Drive; Video Card: Integrated ATI Rage XL 8MB Video; Monitor: None; Keyboard: None; Mouse: None; Oem Software: MPC Server Manager Software; Operating System Software: Microsoft Windows Server 2003 Enterprise Edition (SP1) w/25 CALS; Power Supply: Dual Redundant Hot Swap 700W Power Supplies. Network Card Option: Integrated Dual Gigabit Ethernet; Labor/Service Option: No Raid Configuration; Hardware: Premium 4 Post Sliding Rail Kit; Hardware: Hot Swap SCSI Backplane; Printed Circuit Board: 2U PCI-X Riser Card; Asset Labels: None; Warranty/Services: SV NOS Telephone Software Support 3 Resolutions. SV 1st-3rd Yr Tech Support. Parts. NBD On-Site;! Floppy Drive: External USB Floppy. CLIN 0002: 2 Each; Computer, Dataf rame 140. Case: 1U Rack Mount Chassis; Memory: 2GB (2X1GB) ECC DDR SDRAM; Hard Drive: 2.0TB SATA II 1.5Gb/s Storage (4 x 500GB Hard Drives); Power Supply: Dual Redundant Hot Swap 560W Power Supplies; Asset Labels: None; Warranty: Sv. 1st-3rd Yr. Manufacturers Ltd Warranty. Tech Support and Parts; Warranty/Services: SV 1st-3rd Yr NBD On-Site; Warranty/Services: Customer Declines MPC Installation Service. Offers shall be FOB Destination to NUWC Keyport WA 98345-7610. The required delivery date is: August 31 or sooner. The following clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors. FAR 52.212-2 Evaluation ? Commercial Items. The following Red/Yellow/Green evaluation clauses are incorporated by reference: 252.213-9401 Notice to Prospective Suppliers, 252.213-9402 Additional Evaluation Factor for Consideration of Past Performance Navy Red/Yellow/Green Program. Evaluation for this requirement shall be: The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single award for all items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Responsibility: Offerors must meet the standard for FAR 9.104. Past performance evaluation criteria to be price and the Navy Red/Yellow/Green database. FAR 52.212-3 Offerors Representation and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial items, FAR 52.212-5 Contract Terms and Conditi ons Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.204-6 Data Universal Number (DUNs) Number, and DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate. Offers shall complete all required documents for the above clauses. To access the provisions to be completed, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. The following are additional FAR and DFAR clauses applicable to this acquisition. FAR Clauses: 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration., DFAR clauses 252.212-7001 252.225-7001 Buy American Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration. 252.211-7003 Item Identification and Valuation. Quotes/Offers are due no later than July 24, 2006 at 0800 hours Pacific Time. Contractors interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all Representations and Certifications, DUNs Number information, and Buy American Act information found in the above clauses. Contractors shall ensure current registration in the DoD Central Contractor Registration database http://www.ccr.gov. Any questions should be submitted in writing! via the fax number provided above or e-mailed to elyhj@kpt.nuwc.navy. mil. A bidders list will not be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time established may render an offer non-responsive and result in rejection. The following Note(s) apply to this order. 1 and 22.
 
Web Link
NUWC Keyport Acquisition Division
(http://www-keyport.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN01088589-W 20060715/060713221521 (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.