Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOLICITATION NOTICE

70 -- Sun Server Maintenance and Support - Bid Package

Notice Date
3/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4707-10-Q-0031
 
Archive Date
4/1/2010
 
Point of Contact
David Stemple, Phone: 269-961-5372
 
E-Mail Address
david.stemple@dla.mil
(david.stemple@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Server Model List Bid Schedule Redacted LSJ 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular # 2005-38. A redacted copy of the required brand-name justification is attached with this announcement. Defense Logistics Agency has a requirement for Sun Microsystems Server Maintenance and Support at; 74 Washington Avenue North Battle Creek, MI 49037. This is issued as a Request for Quotation (RFQ) # SP4707-10-Q-0031. Place of performance is Battle Creek, Michigan. Inspection, acceptance and F.O.B. are at destination, Battle Creek, Michigan. Delivery and/or period of performance start date shall be no later than 30 calendar days after award date. This acquisition is unrestricted and the associated NAICS code is 511210 with a SBA size standard of $25,000,000 in average annual receipts (USD). Offerors shall provide a price for each contract line item number (CLIN) in their quote. Quotes with quantities of less than requested or products other than those requested will be deemed technically unacceptable. The applicable re-certification fees shall be itemized by serial number. The appropriate server models and operating systems along with locations are attached to this announcement. Prospective offerors are strongly encouraged to use the format shown in the attached bid schedule when submitting their response. CLIN Descriptions: (REFER TO ATTACHED BID SCHEDULE AND SERVER MODEL LIST) CLIN 001: SLVR-SYS-SVC, Silver Sun System Service Plan. QTY: 11 EA. Covered Serial Numbers: 0435AD1614, 0438AD118F, 0436AD1292, 0435AD173A, 0436AD1297, 0541AD81E9, 0542AD80D1, 0542AD80D7, 0543AD814E, 0601BD02D2, 0634BD128B. Period of Performance: 12 Months. CLIN 002: SLVR-SYS-SVC, Silver Service Plan. QTY: 2 EA. Covered Serial Numbers: 1094MIL-0607099C41, 1094MIL-0607099E1D. Period of Performance: 12 Months. CLIN 003: WRK-CRU-CONT, Sun Parts Installation Upgrade Service. QTY: 11 EA. Covered Serial Numbers: 0435AD1614, 0435AD173A, 0436AD1292, 0436AD1297, 0438AD118F, 0541AD81E9, 0542AD80D1, 0542AD80D7, 0543AD814E, 0601BD02D2, 0634BD128B. Period of Performance: 12 Months. CLIN 004: SDPS-RCD-ETYSYS, Sun Data Protection Services Entry Retention Coverage. QTY: 11 EA. Covered Serial Numbers: 0435AD1614, 0435AD173A, 0436AD1297, 0438AD118F, 0436AD1292, 0541AD81E9, 0542AD80D1, 0542AD80D7, 0543AD814E, 0601BD02D2, 0634BD128B. Period of Performance: 12 Months. CLIN 005: SDPS-RCD-MIDARR, Sun Data Protection Services Midrange Retention Coverage. QTY: 2 EA. Covered Serial Numbers: 1094MIL-060, 1094MIL-060. Period of Performance: 12 Months. Agency needs dictate that interested offerors must be in compliance with the following additional requirements to be considered technically acceptable. Failure to comply with any of these requirements will result in removal from consideration. Vendors submitting quotes must be an authorized Sun Microsystems re-seller/ partner in order to be considered technically acceptable. Further, in order to be considered technically acceptable any quotation shall contain proper documentation supporting their current status as an authorized Sun Microsystems re-seller/ authorized partner. Only new equipment is being solicited. Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. Trade-in or exchange of old equipment is not available. Any Response to this request for quotation shall reflect a fixed price. Any conditioned quotations shall be considered non-responsive and be removed from consideration and be ineligible for award. The sole evaluation factor for award is; lowest-price, technically acceptable. Any resulting contract or order will be firm-fixed price. Place “SP4707-10-Q-0031” in the subject field of any e-mail correspondence. Questions regarding this RFQ are due by 3/12/2010 at 3:00 p.m. EST, and shall be submitted in writing. Responses are due by 3/17/2010 at 5:00 p.m. EST. Include your Cage code with your quote. Questions and/or quotations may be submitted by e-mail to David Stemple, the primary point of contact for this announcement, at david.stemple@dla.mil, or by FAX: (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Instructions to Offerors -- Commercial Items (Jun 2009) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (Aug 2009) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Mar 2009) -- FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sept 2009) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1)52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) In paragraph (b) the following clauses apply: X (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). X (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (38) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). X (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Offeror Representations and Certifications--Commercial Items (July 2009) DFARS 252.212-7000 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) -- DFARS 252.212.7001 In paragraph (a) the following clauses apply: 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). In paragraph (b) the following clauses apply: (1) X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1be808cdedd2625d61049f1eff25594f)
 
Place of Performance
Address: HDI Federal Center, 74 Washington Ave. North, Battle Creek, Michigan, 49037, United States
Zip Code: 49037
 
Record
SN02086600-W 20100311/100309234622-1be808cdedd2625d61049f1eff25594f (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.