Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2012 FBO #3777
MODIFICATION

70 -- POWEREDGE R310 CHASSIS

Notice Date
3/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ003020410002000
 
Archive Date
4/18/2012
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT#1: PLEASE NOTE THAT THE QUANTITY HAS BEEN CORRECTED BELOW. THE QUANTITY SHOULD READ 45 EACH, NOT 46 EACH. RESPONSE DATE REMAINS UNCHANGED. COMBINED SYNOPSIS/SOLICITATION POWEREDGE R310 CHASSIS 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; quotes are being requested and a written solicitation will not be issued. a. Solicitation Number HQ003020410002000 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-57, effective 15 March 2012 and DFARS Change Notice 20120312. c. This procurement is a 100% small business set-aside, associated with NAICS Code 423430, and small business size standard of 100 EMP. d. Description: (Brand Name or Equal) CLIN 0001: QTY: 45EA, PowerEdge R310 Chassis, Up to 4 Cabled Hard Drives and Quad Pack LED diagnostics; Operating System: No Operating System, NOOS, [420-6320] Memory: 8GB Memory (4x2GB), 1333MHz Single Ranked RDIMM, 8G3SRR, [317-2022][317-5939]; Processor: Intel® Xeon® X3430, 2.4 GHz, 8M Cache, Turbo, X3430, [317-2310][330-8207]; Primary Hard Drive: HD Multi-Select, HDMULTI, [341-4158] ; Hard Drives: 1TB 7.2K RPM SATA 3.5" Cabled Hard Drive, 1TS35C, [341-9211]; Internal Controller: No Controller, NCTRLR, [341-3933] ; Network Adapter: Intel Gigabit ET Dual Port NIC, PCIe-4, DPCIE4, [430-0643]; Embedded Management: Baseboard Management Controller, BMC, [313-7919]; Internal Optical Drive: DVD-RW Drive, SATA, DVDRW, [313-9091][330-8866]; Hard Drive Configuration: No RAID - Onboard SATA, 1-4 Hard Drives connected to onboard SATA Controller, OBS14HD, [330-8157]; Rails: Sliding Ready Rails With Cable Management Arm, RRCMA, [330-4140]; Hardware Support Services: 3Yr Basic HW Warranty Repair with SATA Ext: 5x10 HW-Only, 5x10 NBD Onsite, Q3OSSX, [909-4347][909-4488][923-8249][923-8952][927-3190][993-9412][994-4500]; Power Supply: Power Supply, Redundant, 400W, RPS, [330-8209]; Power Cords: 2x Power Cord, NEMA 5-15P to C13, wall plug, 10 feet, 2WP10F, [330-5113][330-5113]; System Documentation: Electronic System Documentation and OpenManage DVD Kit, EDOCS, [330-8869]; Bezel: Bezel Included, BEZEL, [313-7839]. 45EA @ _____________ = $________________ OVERALL TOTAL = $____________________ e. Delivery and acceptance will be made at: AFN-BC 23755 Z STREET RIVERSIDE CA 92518-2031 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in CCR at http://www.ccr.gov. g. FAR Provision 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in Para (a) "lowest priced technically acceptable with acceptable past performance." Technical evaluation will be determined in accordance with "Description" paragraph (d) above. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAR 2012). Electronic ORCA is located at http://orca.bpn.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (MAR 2012) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. j. The DPAS rating is: A70 k. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 03 April 2012 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ Shevonn.Moore@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: The Government reservies the right to award only one contract. Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/532a671c75c054d54119655734d44b3e)
 
Place of Performance
Address: AFN-BC, 23755 Z STREET, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN02705707-W 20120328/120326234920-532a671c75c054d54119655734d44b3e (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.