SOLICITATION NOTICE
70 -- Sun Microsystems M5000 Servers & 6140 Disk Arrays
- Notice Date
- 8/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVICP-Mechanicsburg, N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
- ZIP Code
- 00000
- Solicitation Number
- N0010409QQW19
- Response Due
- 8/19/2009
- Archive Date
- 9/3/2009
- Point of Contact
- David Setters 717-605-7329
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is for Sun Microsystems hardware in support of the U.S. Navy Space & Naval Warfare Systems Center San Diego (SPAWAR) C4ISR program office in Phila, PA 19111. This hardware is intended for their Imagery Product Library (IPL) program. This is a small business set-aside. Only small businesses listed as Sun Authorized Government Channel Partners (http://www.sun.com/aboutsun/sunfederal/partners.jsp) will be considered. Only specified brand specific hardware is acceptable (See Brand Name Specific Justification & Approval). All items must be new condition. No used or refurbs and no part number substitutions will be acceptable. Delivery is to SPAWAR-Phila 19111, within 30 days after receipt of order. Required hardware is as follows: 1. p/n X7281A-2, 16 each, Sun PCI-E Low Profile Dual GIGE MMF, Low Profile Bracket. 2. p/n XTC-FC1CF-300G15KZ, 26 each, ROHS-6, Sun StorageTek T 6140 Array/CSM200, 300GB 15KRP. The hardware units in this requirement will be operated in a CLASSIFIED environment/application or contain CLASSIFIED data. The manufacturer shall warrant all, if any, HDDs associated with the equipment being procured herein for the stated warranty period or period of performance in this contract. Upon failure of any HDD, the vendor shall have a policy that replaces the failed HDD without the need of the government to return the failed HDD. A reasonable vendor certification document process is an acceptable alternative to HDD return.This acquisition is being issued in accordance with FAR Subpart 13.5. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price quotes are being requested and a written solicitation will not be issued. The solicitation number is N00104-09-Q-QW19, which is a Request For Quotation (RFQ). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-08. The North American Industry Classification System (NAICS) Code is 541519. The government intends to solicit quotes and award a contract to a Sun Microsystems authorized small business reseller only. Only those quotes meeting the following criteria will be considered; All or nothing, New condition only, absolutely no refurbished or used parts, no part number substitutions, authorized Sun reseller, small business designation and current Central Contractor Registration. This requirement is for Sun Microsystems M5000 servers and associated hardware components (see Government Requirement List below) in support of the U.S. Navy Space and Naval Warfare Center (SPAWAR)- Philadelphia C4ISR Program Office's Image Product Library (IPL). The SPAWAR-Phila C4ISR (Command & Control, Communications, Computers, Intelligence Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance) Programs Office is a primary hardware manager, integrator and depot support office for the National Geospatial-Intelligence Agency [NGA]. The IPL program is an NGA sponsored asset. The required delivery is within 30 days of contract award. Delivery is to Space and Naval Warfare Systems Center, San Diego C4ISR Programs Office, 700 Robbins Ave., Bldg 7D, NAVICP, Philadelphia, PA 19111-5098. Inspection and acceptance are Govt location. FOB Destination. The following FAR Subpart 12 provisions and clauses are incorporated by reference: Time of Delivery. (6/97); FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the lowest priced technically acceptable offer. Technical acceptability will be based on the Offerors ability to provide the required items within the specified delivery time.]; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I (Offerors must submit a completed copy of the Representations and Certifications with their offer); 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, (a), (b)(1), (5), (7), (11-16), (21), (24), (d) and (e). Quotes must be received by no later than 11 PM EST, 19 August 2009 and shall be emailed to david.setters@navy.mil (any attachments should be in Word, Rich Text Format, or PDF) and must not exceed 2MB. For information regarding this synopsis/solicitation, telephone David Setters at (717)-605-7329 or email david.setters@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010409QQW19/listing.html)
- Record
- SN01909554-W 20090814/090813001549-7f7e857f619421251ba2dc2951a518f5 (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 |