SOLICITATION NOTICE
58 -- Supermicro Configuration Server
- Notice Date
- 9/4/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-07-R-0242
- Response Due
- 9/11/2007
- Archive Date
- 10/11/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number N65236-07-R- 0242 is issued as a request for proposal. The incorporated document, provisions, and clauses are those in effect through Federal Acquisition Circular 05-12 and DFARS Change Notice 20060908. This procurement will be awarded through a competitive process. This procurement is a 100% Small Business Set-Aside. The applicable North American Industry Classification System code is 334111 and the small business size standard is 1,000 employees. SPAWARSYSCEN Charleston has a requirement to procure 125 Supermicro 6014H-32B Server Base (with Black faceplate) with the following specifications: Supermicro SC813T-500 Chassis, black Supermicro Super X6DHR-3G2 Motherboard Two Intel Xeon 3.4Ghz Processors, 800Mhz FSB 2MB Cache Eight 1GB DDRII 400Mhz ECC Registered, Single Rank Memory, 8GB Total Two 250GB SATA Hard Drives Sony AWG540A-10 Internal Slim DVD+/-RW Dual Layer Drive Integration and Test Three Year Warranty (parts & labor) Units must be assembled by an authorized Supermicro System Integrator and purchased from an authorized Supermicro reseller. The proposal should include Free On Board (f.o.b.) Destination shipping terms. Delivery will be to SPAWARSYSCEN North Charleston, SC 29419. A firm fixed price contract is anticipated. The Government will award in accordance with FAR part 13 based on conformance to above specifications and lowest price technically acceptable basis. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. The following provisions and clauses apply to this acquisition: - 52.203-3, Gratuities - 52.203-6, Restriction on Subcontractor Sales to the Government - 52.212-1, Instructions to Offerors - 52.212-2, Evaluation Commercial Items - 52.212-3, Offeror Representation and Certifications-Commercial Items (Offerors must include a completed copy (attached) with offer or certify that this information is in ORCA) - 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: -52.222-3, Convict Labor (June 2003)(E.O. 11755) -52.222-19, Child Labor???Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). -52.222-21, Prohibition of Segregated Facilities (Feb 1999). -52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). -52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). -52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). -52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans -52.225-13, Restrictions on Certain Foreign Purchases (Jan 2004) -52.232-33, Payment by Electronic Funds Transfer???Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) -52.247-29, FOB Origin -252.204-7004, Required Central Contractor Registration (NOV 2001) -252.209-7001, Disclosure of ownership or control by the government of a terrorist country -252.212-7000, Offeror Representations and Certifications-Commercial Items (Offerors must include a completed copy (attached) with offer or certify that information is in ORCA) -252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (May 2002): -252.225-7001 Buy American Act and Balance of Payments Program -252.225-7012, Preference for certain domestic commodities -252.232-7003 Electronic Submission of Payment Requests -252.247-7023 Transportation of Supplies by Sea (Alt. III) -252.247-7024 Notification of transportation of supplies by sea Reference clauses may be accessed electronically at: http://farsite.hill.af.mil, www.arnet.gov.mil Questions concerning this combined synopsis/solicitation must be submitted electronically via email: diane.kobs@navy.mil, or call Diane Kobs, Code 2.2.6DK at 843-218-5992 for further information.
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=22A4DEBEB3179EBD8825734C006E0567&editflag=0)
- Record
- SN01394532-W 20070906/070904221931 (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 |