SOLICITATION NOTICE
70 -- Computer, 2U
- Notice Date
- 11/22/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025307T0037
- Response Due
- 12/4/2006
- Archive Date
- 1/3/2007
- Description
- Naval Undersea Warfare Center Division Keyport has a requirement for the below listed item. 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. The solicitation number for this requirement issued as a Request for Quotation (RFQ) N00253-07-T-0037. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Federal Circulars 2005-13. This RFQ is restricted to Small Businesses. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The applicable NAICS code for this requirement is 334111 and has a size standard of 1000. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. Our requirements are: CLIN 0001: 5 Each ? Computer, 2U. 2U Windows Node; Intel Rack Optimized System Board with matching 2U Chassis with Hot Swappable SATA Backplane (6 Drives); 3-Slot PCI-X Riser and Dual Redundant 700W Power Supplies (1+1); Dual Intel Xeon 3.6/800 MHz FSB, 2MB Cache per processor; Dual Intel Gigabit NIC?s on board; 4GB DDR Memory (4 x 1GB DIMMS ? DDR); 2 X 200GB SATA Drives, 7200 RPM 8MB Cache, Hot Pluggable; Microsoft Windows XP Professional with SP1 or SP1 (Also includes Windows 2000 rights if desired); Intel Slimline DVD-ROM Drive; Assembly and Testing; Full IPMI 2.0 Capabilities with built-in KVM; Tool-Free Slide Rails included with Cable Management Arm. CLIN 0002: 5 Each ? Same Description as shown on CLIN 0001, however this requirement in an Option Quantity CLIN. The option quantity CLIN item will be exercised individually and will be funded at time of exercise of the option. The Government reserves the right to exercise the Option Quantities CLIN in accordance with clause 52.2 17-7. Offers shall be FOB Destination to NUWC Keyport WA 98345-7610. The following clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors. FAR 52.212-2 Evaluation ? Commercial Items. 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 Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.204-7 Central Contractor Registration, 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/dpap/dars/dfars/index.htm. Offerors are also advised that these representations and certifications must be completed electronically via the ORCA website at http://orca.bpn.gov. The following are additional FAR and DFAR clauses applicable to this acquisition. FAR Clauses: 52.211-14 Notice of Priority Rating for National Defense Use, 52.211-15 Defense Priority and Allocation Requirements, 52.217-7 Option for Increase Quantity ? Separately Price Line item, 52.217-3 Evaluation Exclusive of Options, 52.217-4 Evaluation of Options Exercised at the Time of Contract Award, 52.219-6 Notice of Total Small Business Set-Aside, 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 Re gistration, 52.233-4 Applicable Law for Breach of Contract Claim, 52.247-34 F.o.b Destination, 52.252-2 Clauses Incorporated by Reference, DFAR clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense: 252.211-7003 Alt 1 Item Identification and Valuation, 252.225-7001 Buy American Act-Balance of Payments Program, 252.247-7023 Alt III Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7003 Control of Government Personnel Work Product, 252.204-7004A Required Central Contractor Registration, 252.232-7010 Levies on Contract Payment, 252.243-7001 Pricing of Contract Modifications. Quotes/Offers are due no later than December 04, 2006 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 Ameri can Act information found in the above clauses. Contractors shall en sure 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 Helen.ely@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. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within seven days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: Numbered Note 1 Applies.
- Web Link
-
NUWC Keyport Acquisition Division
(http://www.keyport.nuwc.navy.mil/NECO/Solicitation.htm)
- Record
- SN01185862-W 20061124/061122220914 (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 |