Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

70 -- VMware vCenter Operations Enterprise Bundle

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
M68909 MARINE CORPS TACTICAL SYSTEMS SUPPORT ACTIVITY Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
M6890912Q7664
 
Response Due
8/27/2012
 
Archive Date
8/30/2012
 
Point of Contact
Jeanie Leeper 760-725-2147 Sandra Ingram
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notice, and no other solicitation will be issued. Solicitation Number M68909-12-Q-7664 is issued as a Request for Quotation (RFQ). This solicitation is unrestricted. The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and Defense Federal Acquisition Regulations Supplemental Change Notice 20120726. NAICS Code 334119 applies. The Government intends to purchase on a firm fixed-price basis and award the proposed purchase order to procure following items as brand name or equal, FAR 52.211-6 applies. Item 0001: (1 each) Mfr. VMware Part No. VC-O5-EPL25-F, VMware vCenter Operations Enterprise Bundle; Item 0002: (1 each) Mfr. VMware Part No. VC-O5-EPL25-P-SSS-F, Production Support/Subscription for VMware vCenter Operations Enterprise Bundle; and Item 0003: (194 each) Mfr. VMware Part No. SVC-CR-10-F, Jumpstart Credits. Delivery shall be FOB Destination to Commanding Officer, ATTN: Supply Officer, MCTSSA Building 31345, Camp Pendleton, CA 92055-5171. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government ™s rights under the inspection clause, nor does it limit the Government ™s rights with regard to the other terms and conditions of this contract. In the event of conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule of the contract. The following FAR and DFARS provisions are incorporated by reference and apply to this acquisition. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (FEB 2012) is incorporated by reference and applies to this acquisition. The clause FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (FEB 2012) applies to this acquisition. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement, and (ii) price. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (APR 2012) with its quotation. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (FEB 2012) and DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2005) are incorporated by reference and apply to this acquisition. The provision at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS “ COMMERCIAL ITEMS (JUL 2012), Subparagraphs (a) (1) 52.222-50, (2) 52.233-3, (3) 52.233-4 and (b) (8) 52.209-10, (26) 52.222-3, (27) 52.222-19, (28) 52.222-21, (29)52.222-26, (31) 52.222-36 apply to this acquisition and are hereby incorporated by reference. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2012), Subparagraph (b) (20) 252.232-7003 apply to this acquisition and are hereby incorporated by reference. The full text of clauses and provisions incorporated by reference may be obtained at the following address: http://farsite.hill.af.mil. Quotations, the completed Certifications and Representations (FAR 52.212-3), descriptive literature pictures, and detailed information to support quotations are due to the MCTSSA Contracts Office, P.O. Box 555171, Camp Pendleton, CA 92055-5171 no later than 27 July 2012 at 11:00 a.m., Pacific Standard Time. Any proposals received after the required time will be considered unresponsive. The point of contact for information regarding this solicitation is Jeanie Leeper, e-mail jeanie.leeper@usmc.mil, Tel. (760) 725-2147 or Sandra Ingram, e-mail sandra.ingram@usmc.mil,Tel. (760)-725-9189, Fax. (760) 725-2514.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M68909/M6890912Q7664/listing.html)
 
Place of Performance
Address: MCTSSA Contract Office
Zip Code: P.O. Box 555171
 
Record
SN02846008-W 20120822/120820234832-c5c8cb2eebff146dbebcef370bd4821f (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.