Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2014 FBO #4573
SOLICITATION NOTICE

58 -- V2D XP200 Dual Channel Video to Data

Notice Date
5/31/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-14-T-6857
 
Response Due
6/16/2014
 
Archive Date
7/16/2014
 
Point of Contact
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; AURORA VARGAS, Contracting Officer, 619-553-0901
 
E-Mail Address
Contract Specialist
(dorothy.powell@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-14-T-6857. This requirement is set-aside for small businesses, NAICS code is 334220 and the size standard is 750 employees Quote Brand NameDo Not Substitute 1 QTY 4 each V2D XP200 - Dual Channel, 1RU 107-100356-01 2 QTY 1 each MS100: Hardware Server and Management Server Software License 107-100514-01 3 QTY 2 each DM S1500 Spare Hard Drive Array 107-100507-1508 4 QTY 2 each DMS 1500 CF 855-1000051-01 5 QTY 1 each DMS 1700B-250 107-100528-01-250 6 QTY 1 each DMS 1700 License Upgrade to 500 Mbit/s 803-100048-01 7. Cost for UID labels required for items with a unit cost of $5,000.00 and applicable 8. Shipping Cost to San Diego CA 92110 SSC Pacific returning and trading in existing V2D units with the following Serial Numbers: I50R121282X70159 I50R121276570064 I50R121276570063 I50R121276570066 I50T121179614117 I50T121162114010 I50T121179V14131 To be considered for award, the offeror certifies that the product being offered is an original, new, and TAA compliant [BARCO] product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offerors are required to submit documentation with the offer identifying its supply chain for the product, that all products are new, TAA compliant, and in their original (BARCO) box. By making an offer, the offeror also consents to cancellation of award if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturers." Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-73 (04/29/2014) and Defense Federal Acquisition Regulation Supplement (DFARS), May 6, 2014. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a8efdbfd25016711de09d405f250857)
 
Record
SN03381578-W 20140602/140531233023-3a8efdbfd25016711de09d405f250857 (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.