Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2011 FBO #3452
SOLICITATION NOTICE

70 -- Load Balancers (2 ea) and Installation

Notice Date
5/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-11-Q-0868
 
Archive Date
6/21/2011
 
Point of Contact
Steve H. Beck, Phone: 301-295-3970, Zamora C. Olin, Phone: 301.295.3922
 
E-Mail Address
Steven.Beck@usuhs.mil, zamora.olin@usuhs.mil
(Steven.Beck@usuhs.mil, zamora.olin@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
Date: 06 May 11 SOLICITATION ANNOUNCEMENT The Uniformed Services University of the Health Sciences (USUHS) located on the National Naval Medical Center (NNMC) in Bethesda, MD intends to purchase two FIPS (Federal Information Processing Standards) compliant load balancers. This is a combined synopsis/solicitation for a 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; offers are being requested and a written solicitation will not be issued. This requirement is being procured under full and open competition. The Solicitation Number is HU0001-11-Q-0868, and it is being issued as a request for quotation. The solicitation document (and incorporated provision and clauses), are those in effect through Federal Acquisition Circular 2005-47, effective 13 December 2010. NAICS Code 334210 applies. Delivery Terms are FOB Destination, 45 days after receipt of order. Requirement CLIN Description Quantity Unit Price Total 0001 Server Load Balancer 2 _________ _______ 0002 Installation 2 _________ ________ For each Server Load Balancer: a) Load Balance Applications: Web and Firewall b) Interface/Ports: 16 x RJ-45 10/100/1000Base-T LAN c) Connectivity Media: 10/100/1000Base-T Twisted Pair d) Data Transfer Rate: 10 Mbps Ethernet 100 Mbps Fast Ethernet 1 Gpbs Gigabit Ethernet e) Performance 6bps Throughput f) Expansion Slots: 4 x SFP (mini-GBIC) Installed 4 x SFP (mini-GBIC g) Management: HTTP h) Standard Memory: 8 GB i) Maximum Memory: 8 GB j) Input Voltage: 110 V AC 220 V AC k) Input Voltage Range 90 V AC to 240 V AC l) Power Supply 2 x Installed m) Form Factor: 2U Rack-mountable n) Dimensions: 3.50" Height x 17.75' Width x 20.75" Depth o) Four Dual Core Processors p) Two 320 GB Drives q) Green Compliant, Green Compliance Certificate/Authority: RoHS r) One year warranty This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR - https://www.acquisition.gov/far/index.html DFARS - http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.252-1 - Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) 52.204-7 -- Central Contractor Registration. 52.212-1 - Instructions to Offerors -- Commercial Items 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Offeror Representations and Certifications -- Commercial Items (Jan 2011) (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that is available via the ORCA website, http://orca.bpn.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.219-28 - Post Award Small Business Program Representation (April 2009) 52.222-3 - Convict Labor 52.233-3 - Protest After Award (Aug 1996) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. Notwithstanding the requirements of the clauses above, the Contractor is not required to flow down any FAR clause, other than those in this paragraph, in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. 52.247-34 -- F.O.B. - Destination. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (DEC 2010) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii)___ Alternate I (JUL 2009) of 252.225-7036. (iii)___ Alternate II (DEC 2010) of 252.225-7036. (iv)___ Alternate III (DEC 2010) of 252.225-7036 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) __x__ Alternate I (MAR 2000) of 252.247-7023. (iii) _x___ Alternate II (MAR 2000) of 252.247-7023. (iv) ___x_ Alternate III (MAY 2002) of 252.247-7023. 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C2631). Responsible vendor shall provide the following: a) Name, CAGE Code, Point of Contact (phone, e-mail address, telephone number) b) Socio-economic status c) Price quote which identifies the requested item(s), unit price, and total price. d) Prompt Payment Terms e) Remittance address, Tax Identification Number, DUNS Number, f) GSA Schedule Number (if applicable) g) Load balancers country of origin (percentage breakdown if components are from multiple countries) Basis for Award - The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible offeror whose offer conforms to the combined synopsis/solicitation, and is most advantageous to the government, based on price. We will award to the lowest price, technically acceptable quoter. Responses to this solicitation are due 06 June 11 at 1500 hrs local time. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Steve Beck at steven.beck@usuhs.mil. Please reference the solicitation number on your quote. Any questions regarding this solicitation should be E-MAILED OR FAXED on or before 13 May @ 1500 hrs local time. No questions will be accepted after this date. Vendors must have a current CCR Registration prior to order award. For instructions on registering in CCR please visit www.ccr.gov. Vendors must also have a current registration in ORCA. For instructions in registering in ORCA, please visit www.orca.bpn.gov. Disclaimer. This is a request for quote and does not constitute a contract or authorization to begin work. Nor does an offeror's submission of a quote constitute a contract or authorize him/her to begin work. Point of Contact: Steve Beck - Contract Specialist/301.295.3970 (p)/ steven.beck@usuhs.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-11-Q-0868/listing.html)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02441972-W 20110508/110506234424-4f6e068257252e4869a43cbcba73e82a (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.