Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2004 FBO #0816
SOLICITATION NOTICE

D -- HARDWARE MAINTENANCE

Notice Date
2/18/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-04-Q-3254
 
Response Due
3/3/2004
 
Archive Date
4/2/2004
 
Point of Contact
Point of Contact - Gina Goodman, Contract Specialist, 619-553-5208; Linda Mulligan, Contracting Officer, 619-553-4538
 
E-Mail Address
Contract Specialist
(gina.goodman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Set-Aside in accordance with FAR Part 13, Simplified Acquisition Procedures. Spawar Systems Center ? San Diego is seeking competitive quotations for One-year Hardware and Software Maintenance Support on the following Compaq (DEC) Computer Systems: Item 0001, DEC7610 computer, Host name: MAKO, quantity 12 months. Item 0002, Storageworks FDDI server, Host name: NURSE, quantity 12 months. Contractor must provide standard hardware maintenance to include 4-hour response time during normal business hours, Monday through Friday, 8am to 4pm during principal period of maintenance (PPM). Contractor must be available ? On Call ? after PPM up to 4 hours. Contractor may come on-site without an escort. Platter removal service is required. Platter removal provides that should a drive fail, the contractor will replace the drive and the Government will retain the failed drive for proper disposal. This is required due to the sensitive nature of the data on the drives. Disk drives will not be taken off-site. Disk repairs must be affected by replacement of drive. See attached Cluster Equipment Listing for more details. Contractor must be trained in Compaq Alpha systems running on VMS, have a local parts supply, and Compaq certification to perform hardware and software maintenance support. Equipment location: SPAWARSYSCEN, 53560 Hull Street, PLC, Bayside Bldg 1, Room A223, San Diego, CA 92152-5001. EVALUATION CRITERIA: Quotations received without meeting the evaluation criteria will not be considered. Award will be based on responsive, responsible, and technically acceptable, lowest priced quotes received in response to this solicitation. To be determined technically acceptable, the following criteria must be met: 1. Contractor must be trained in Compaq Alpha systems running on VMS. 2. Contractor must have Compaq certification to perform hardware and software maintenance support of Compaq Alpha systems running on VMS. 3. Experience: Provide documentation of recent relevant experience within the last five years and attach point of contact for reference. First response technicians should have a minimum of two years experience and have backup support having a minimum of five years experience. All offerors must be registered to the Central Contractor Registration (CCR) program. Information to register to CCR can be found at http://www.ccr.gov/. The Small Business Representation at FAR 52.219-1 Alternate I is required to be submitted with your quotation. ?Numbered Note 1 applies, however, all offers received within 15 days (in lieu of 45 days) after date of publication of original synopsis will be considered by the Government?. No Hard Copy of RFQ will be made available. Interested parties are invited to respond. Facsimile quotations are acceptable and must be received on or before the closing date. Facsimile quotations may be sent to Fax # (619) 553-9068. Questions may be directed to the Purchasing Agent responsible for this action. Purchasing Agent?s e-mail address: gina.goodman@navy.mil. Include solicitation number in any inquiries. Technical questions may be e-mailed to purchasing agent up to three business days prior to closing date of this announcement. Note: The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation incorporates the following provisions and clauses: FAR 52.204-7, Central Contractor Registration; FAR 52.222-3, CONVICT LABOR ; FAR 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF VIETNAM ERA; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT AND VEGETATION; FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; FAR 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; FAR 52.232-1, PAYMENTS; FAR 52.232-8, DISCOUNTS FOR PROMPT PAYMENT; FAR 52.232-2 5, PROMPT PAYMENT; FAR 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER- CENTRAL CONTRACTOR REGISTRATION; FAR 52.233-1, DISPUTES; FAR 52.233-3, FAR 52.233-3 PROTESTS AFTER AWARD; FAR 52.246-1, CONTRACTOR INSPECTION REQUIREMENTS; FAR 52.246-16, RESPONSIBILITY FOR SUPPLIES; DFARS 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENT PROGRAM FAR 52.204-3, Taxpayer Identification; FAR 52.219-1 (Alt I), Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; DFARS 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. The North American Industry Classification System (NAICS) Code is 811212 and the size standard is $21.0. Please go to SPAWAR San Diego E-Commerce website to obtain a blank copy of Small Business Program Representation with Alternate I. https://e-commerce.spawar.navy.mil/
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(http://www.eps.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-04-Q-3254/listing.html)
 
Record
SN00524398-F 20040220/040218224623 (fbodaily.com)
 
Source
FedBizOpps.gov 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.