Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2008 FBO #2452
SOLICITATION NOTICE

70 -- HP Proliant DL360 G5 Servers for G3 SB-BFT Offsite Location

Notice Date
8/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-08-T-0006
 
Response Due
8/18/2008
 
Archive Date
10/17/2008
 
Point of Contact
George P Knowlton IV, 719-554-1967<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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 Request for Quote (RFQ) Number W91260-08-T-0006 is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. NAICS number is 423430. Business Size Standard is 100 employees. DESCRIPTION: Hewlett Packard (HP) Proliant DL360 G5 Rackmount Servers for U.S. Army SMDC/ARSTRAT G3 SB-BFT Branch off-site location. The following specifications are issued as brand name only specifications. This combined synopsis/solicitation is issued pursuant to the authority of FAR Parts 6.3, 12 and 13.501(a) sole source (including brand name) acquisitions. A justification for Other than Full and Open Competition has been prepared in support of this acquisition for the HP Proliant DL360 G5 Server specified in Contract Line Item Number (CLIN) 0001 below. The brand name servers specified in CLIN 0001 below are required to match and be compatible with the pre-existing baseline of HP Proliant DL360 G5 Servers (14) that are currently in place and in use at the G3 SB-BFT Offsite Location for back-up site upgrade. The offeror shall deliver all items and quantities within 21 calendar day after receipt of order, to include all associated parts, components, and hardware, as described below in CLIN 0001. Offerors shall structure their proposal to include a price for: 0001 - HP ProLiant DL360 G5 2.33GHz High Performance Server, QTY: 14 EA HP P/N 470064-513; per the following required system specs/configuration: - 2 Quad-Core Intel Xeon E5345 (2.33GHz, 1333MHz FSB, 2x4MB L2) Processors - NO Operating System - Memory: 2GB Fully Buffered DIMM PC2-5300 2x1 GB Memory, P/N 397411-B21 - Storage Controller: HP Smart Array P400i/256 Controller with battery - Hard drive: HP 72GB Hot Plug 25 SAS 10,000 rpm Hard Drive, P/N 37861-B21 (QTY: 56 EA) - RAID: RAID 5 drive set with online spare (requires matching 4 hard drives), P/N 339780-B21 - Network Card: 2 Embedded NC373i Multifunction Gigabit Network Adapters - Power Supply: HP 1u Server 700w Hot Plug Power Supply - PCI-X Cards: Smart Array P400i Controller with 245MB BBWC - Multimedia Drive: Slim Line CD-RW/DVD-ROM Combo - Essentials: Integrated Lights-Out - Warranty: HP Standard Limited Warranty - 3 Years Parts and on-site Labor, Next Business Day - Keep your hard drive service for 3 years Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. All items are required to be delivered FOB Destination within 21 calendar days after receipt of order. Ship to address/Delivery/Acceptance point is G3 SB-BFT Offsite Location, C/O Sandia, Chris Hagen, 7011 East Ave, Bldg 910/911, Livermore, CA 94550. Government workdays are between the hours of 0730 and 1630 (Pacific Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 1:00 PM, Mountain Time, 18 August 2008. Award is anticipated to be made no later than 22 August 2008. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical acceptability of item(s) offered; (2) Delivery Schedule - ability to meet the required delivery date for all items described in CLIN 0001 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/ supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (George Knowlton), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes or proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 1:00 PM (Mountain Time) on 18 August 2008. The point of contact for all information regarding this acquisition is George Knowlton at (719)554-1967, fax (719)554-8442 or at e-mail george.knowlton@smdc-cs.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aa9795ae863a26a9f154b9d187542259&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
Zip Code: 80914-4914<br />
 
Record
SN01636285-W 20080813/080811222824-aa9795ae863a26a9f154b9d187542259 (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.