Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2009 FBO #2937
SOLICITATION NOTICE

D -- SUN Microsystems servers for the Joint Deployment Training Center

Notice Date
12/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018910Q0399
 
Response Due
12/8/2009
 
Archive Date
12/8/2010
 
Point of Contact
John D. Favata (215) 697-9632
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N0018910Q0399. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-37 and DFARS Change Notice 20091123. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 443120 and the Small Business Standard is $9.0 million. This is a sole source action for SUN Microsystems servers. The requirement is not set-aside for small business. The FISC Norfolk Philadelphia Contracts Department, Philadelphia Division requests quotations from SUN Microsystems and their authorized resellers for providing the items in the following list in the specified quantities. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only SUN Microsystems and SUN Microsystems' authorized resellers under the authority of FAR 13.501(a)(1)(ii) because only the SUN Microsystems equipment is compatible with the existing Joint Deployment Training Cen! ter (JDTC) system. Parties interested in providing other than the SUN Microsystems equipment listed herein may identify their interest and capability to respond to the requirement. This notice of intent to acquire the listed SUN Microsystems equipment is not a request for competitive quotes for equipment other than the SUN Microsystems items identified herein. However, all responses received within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete among vendors intending to provide other than the SUN Microsystems equipment identified herein based upon responses to this notice is solely within the discretion of the Government. Responses indicating that a vendor wishes to provide other than the SUN Microsystems equipment listed will normally be considered solely for the purpose of determining whether to conduct a full and open competitive procurement. The SUN Microsystems equipment that is intended to be acquired for the USJFCOM is as follows: CLIN 0001: SUN Microsystems X4150 64 bit servers with 2 Intel Xeon L5430 processors, 4x100/1000 Ethernet ports, 5xUSB 2.0 ports, 64GB of DDR2 DIMM memory, DVD +/- RW drive, 8x146GB 2.5' SAS hard disk drives - Quantity: 3; CLIN 0002: Sun Microsystems x4250 servers with 2xDual/Quad-Core Intel Xeon 5200/5400 processor, 68GB Fully Buffered DDR2 DIMM memory, DVD +/- RW drive, 16x146GB 2.5' SAS hard disk drives - Quantity: 4; CLIN0003: Sun Microsystems X2250 servers with 2xQuad-Core AMD Opteron model 2376, 2.3 GHz, 8 GB RAM, 2x500 GB 7200 rpm 3.5" SATA II drives, and DVD ROM - Quantity: 22. Delivery is required on an FOB: Destination basis to Joint Deployment Training Center (JDTC), Attn: Major Rebecca Brooks, USAF, 705 Read St., Building 705, Room 71, Ft. Eustis, VA 23604. A representative of the JDTC will perform inspection and acceptance at destination. For purposes of this solicitation/synopsis, any references herein (or in cited clauses or provisions) to the term "offeror: shall be construed to mean "quoter", and any references to the term "offer" or "proposal" shall be construed to mean "quote". The type of contract being solicited is firm fixed price. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The following FAR and DFARS provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items; DFARS 252.204-7004 entitled "Alternate A"; 52.212-3 with ALT I Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7000 Offeror Representations And Certifications - Commercial Items; 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 with the following clauses checked as applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995); Utilization of Small Business Concerns (May 2004); 52.219-9 Small Business Subcontracting Plan (Jan 2002) with ALT II (Oct 2001); 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jun 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 E! qual Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001); 52.225-13 Restrictions On Certain Foreign Purchases (Dec 2003); and 52.232-33 Payment by Electronic Funds Transfer - Central Contactor Registration (Oct 2003); 252.212-7001 with the following clauses checked as applicable: 52.203-3 Gratuities (APR 1984); 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996); 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (OCT 2003); 252.232-7003 Electronic Submission of Payment Req! uests (DEC 2003); and 252.243-7002 Requests for Equitable Adjustment (MAR 1998). Quoters are reminded to include completed copies of FAR 52.212-3, 52.212-3 ALT I, and DFARS 252.212-7000 with submitted quotes. All clauses shall be incorporated by reference in the order. Quotes are requested to be submitted no later than 4:00 PM local time Philadelphia, PA on 15 June 2005. Contact John D. Favata who can be reached at (215) 697-9632 or email john.favata@navy.mil. Oral communications are not acceptable in response to this notice. Quotes should be submitted via facsimile to (215) 697-9569. Electronic quotes submitted via NECO or FEDBIZOPPS will not be accepted All responsible sources may submit a quote, which shall be considered by the agency. All quotes should include pricing, a point of contact, name and phone number, completed copies of the certifications and representations mentioned above, and the past performance information described below. Quotes over 20 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The Government intends to issue a single purchase order, for all of the items listed herein, resulting from responses to this solicitation to the responsible quoter whose quote, conforming to the solicitation will be most advantageous to the Government, price and past performance considered. While price will be a significant factor in the evaluation of quotes, final purchase order issuance will be based on a combination of the factors of price and past performance. The price and past performance factors will be considered of equal importance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018910Q0399/listing.html)
 
Place of Performance
Address: Ship To:Joint Deployment Training Center705 Read St., Building 705, Room 71, Ft. Eustis, VA
Zip Code: 23604
 
Record
SN02018335-W 20091209/091207234914-ee448d70c1d7ad5ace3735f12da7240d (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.