SOLICITATION NOTICE
D -- SUN MICROSYSTEMS 12-month maintenance agreement, HQ US PACIFIC COMMAND
- Notice Date
- 8/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060411T3146
- Response Due
- 8/5/2011
- Archive Date
- 8/20/2011
- Point of Contact
- PATRICIA MURAKAMI 8084737901
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items or services 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 N00604-11-T-3146. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. It is the responsibility of the contractor 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 541519 and the Small Business Standard is $25M. This is a 100% small business set-aside action. NAVSUP Fleet Logistics Center, Pearl Harbor requests quotations from qualified sources capable of providing the following CLIN: 0001 Provide 12-month SUN MICROSYSTEMS maintenance agreement IAW attached Performance Work Statement (PWS) and Equipment List (providing serial numbers of equipment requiring maintenance agreement). Period of performance is October 1, 2011 “ September 30, 2012; location is Camp H.M. Smith, Oahu, Hawaii. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.252-2, Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 including 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.225-13, 52.222-41, 52.222-44; FAR 2.232-18, Availability of Funds, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-3, 252.232-7003, 252.247-7023, 252.247-7024; DFARS 252.232-7010, Levies on Contract Payments; SUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions. Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Offeror ™s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Offeror that submitted the prices. If the Offeror objects to release of their unit prices, the proposal shall be affixed with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA. This announcement will close at 12:00 Noon Hawaii Standard Time (HST) on August 5, 2011. Contact Patricia Murakami at email patricia.murakami@navy.mil for any questions no later than August 4, 2011, 12:00 Noon HST. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1Technical Capability; 2Price. Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal is technically acceptable, in full compliance to all other requirements set forth in this solicitation, and the lowest cost or price. The attached Equipment List shall be used to provide the Offeror ™s proposed prices. To be considered for award, the Offeror must propose prices for each and all of the equipment listed. The Government reserves the right to judge which proposals show the required capability. The Government also reserves the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Central Contractor Registration (CCR). Offerors 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. -END OF COMBINED SYNOPSIS/SOLICITATION-
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3146/listing.html)
- Place of Performance
- Address: BLDG. 700 ELROD ROAD
- Zip Code: , CAMP H.M. SMITH, HI
- Zip Code: , CAMP H.M. SMITH, HI
- Record
- SN02519787-W 20110805/110803235005-646cfb39fa8e91e5052e82169b4c9b04 (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 |