Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOLICITATION NOTICE

70 -- Synopsis ITES-4H

Notice Date
5/14/2021 8:46:36 AM
 
Notice Type
Presolicitation
 
NAICS
33411 —
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-20-R-0082-FinalRFP
 
Archive Date
12/30/2023
 
Point of Contact
Terry Kraker, Phone: 3097828570, Nathan E. Acree, Phone: 3097824886
 
E-Mail Address
terry.c.kraker.civ@mail.mil, nathan.e.acree.civ@mail.mil
(terry.c.kraker.civ@mail.mil, nathan.e.acree.civ@mail.mil)
 
Description
The Army Contracting Command-Rock Island (ACC-RI), Rock Island, Illinois, intends to issue a Request for Proposal (RFP) under solicitation W52P1J-20-R-0082 �in mid to late Jun 2021 for a purchase or lease of full range of Information Technology hardware, software and related incidental services as part of an Information Technology Enterprise Solutions - 4Hardware (ITES-4H) solution consisting of the following: Commercial-off-the-shelf servers, desktops, notebooks, workstations, thin clients, storage systems, networking equipment (including Local Area Network wireless communication devices), imaging equipment, product ancillaries (including equipment cabinets, racks and mounts), peripherals (including monitors, audio, input devices), network cabling products, video teleconferencing products, standalone displays (e.g., Plasma, LCD, LED, high-definition televisions), scanners, Everything over Internet Protocol products, communication devices, power devices, and software provided as part of the end-to-end solution (includes Joint/Enterprise License Agreements� DOD Enterprise Software Initiatives),and Information Technology Enterprise Solutions � Software ), warranty variations, and other related incidental services, accessories, and options. End �to-End solutions will be provided through related incidental services to include integration, installation, site surveys, system configuration determinations, system migrations, image loading, data migration, warranty variations and legacy equipment warranty maintenance.� Technology insertion will be provided through catalog change and the technology refreshment process. Such technologies may include, but are not limited to biometrics, embedded encryption, body wearable computers, wireless products, mobile personal data terminals. The contracts will provide for appropriate asset tagging. Multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts will be�awarded with a five-year base period, which includes a sixty day phase-in period, and one five-year option period. Award will be made to the sources that offer the best value to the Government through the tradeoff process. The Government plans to make at least seventeen IDIQ awards, with up to seven reserved for Small Business�offerors within the competitive range. Individual Firm Fixed Price delivery orders will be issued against the IDIQ contracts in accordance with Federal Acquisition Regulation (FAR) Subpart 16.5 - Indefinite-Delivery Contracts. The purchase is commercial within the meaning of FAR Clause 2.101 and will be conducted under FAR Part 12 - Acquisition of Commercial Items. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Information concerning SAM registry requirements may be viewed via the Internet at https://www.sam.gov or by calling the Federal Service Desk at 1-866-606-8200 (toll free). �Inquiries will only be accepted by email to the Points of Contact below. Points of Contact: Terry Kraker, Contract Specialist - terry.c.kraker.civ@mail.mil Nathan E. Acree, Jr., Procuring Contracting Officer - nathan.e.acree.civ@mail.mil Contracting Office Address: ACC - Rock Island (ACC-RI), ATTN: CCRC-TA, Rock Island, IL 61299-6500 Place of Performance: To be Determined on the individual delivery orders Point of Contact(s): Terry Kraker, (309) 782-8570 ACC-RI
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/61d402fa68be4041817ce8391abe712d/view)
 
Record
SN06002772-F 20210516/210514230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.