Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2004 FBO #0920
SOLICITATION NOTICE

70 -- HARDWARE

Notice Date
6/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
334411 — Electron Tube Manufacturing
 
Contracting Office
Selective Service System, Logistics Division, Support Services Logistics Division, 1515 Wilson Blvd. Suite 4, Arlington, VA, 22209
 
ZIP Code
22209
 
Solicitation Number
SOL04004
 
Response Due
6/9/2004
 
Archive Date
6/24/2004
 
Point of Contact
Calvin Montgomery, Contracting Officer, Phone 703-605-4038, Fax 703-605-4133, - Theresa wood, Contract Specialist, Phone 703-605-4061, Fax 703-605-4113,
 
E-Mail Address
cmontgomery@sss.gov, twood@sss.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN F.A.R. SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS. AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. The associated North American Industrial Classification System (NAICS) code for this procurement is 334 with a small business size standard of 500 employees. This procurement is 100% set-aside for small business. This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement. The Selection Service System has a requirement for the following items. All interested offers shall provide a quoted for the following brand name or equal specific components: LINE ITEM 1: Quantity two (2) each MS Windows 2000 Server w/5 CAL LINE ITEM 2: Quantity one (1) each MS SQL Server 2000 w/5 CAL LINE ITEM 3: Quantity two (2) each MS Exchange 2000 w/5 CAL LINE ITEM 4: Quantity three (3) each ArcServ VII License and Media w//1 Year Maintenance LINE ITEM 5: Quantity four (4) each 3COM 3012 Router LINE ITEM 6: Quantity four (4) each 3COM V.35 DTE Cable LINE ITEM 7: Quantity one (1) each IPMonitor Software V7.0 (MHIP7) LINE ITEM 8: Quantity one (1) each NetScreen _ IDP 100 Intrusion Detection and Prevention Appliance - Manufacturer Part Number NS-IDP-100-002 Page 2 LINE ITEM 9: Quantity one (1) each NetScreen 24x7 Support with Product for NS-IDP- 100-002 - Manufacturer Part Number NS-PS-IDP-100 DELIVERY SHALL BE F.O.B. DESTINATION and shall be completed not later than four (5) days after receipt of order. The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition of the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified delivery point. The Contractor shall deliver to Selective Service System, 1515 Wilson Boulevard, 4th Floor, Arlington, VA 22209 Award shall be made to the offeror whose quote offers the best value to the Government, technical capability and price considered. The Government will evaluate quotes based on the following evaluation criteria: 1) technical capability factor/meeting or exceeding the requirement/ and 2) price. Delivery shall be equal to price. Evaluation of technical capability will be based on the information provided in the quotation. Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addressed all salient characteristics, which clearly documents that the offered products meet or exceed the specifications stated herein and meet the needs of the Government in essentially the same manner as the brand name. The following provisions apply to this acquisition: 52.22-1 Instructions to Offerors/ Commercial Items; and 52.212-3 Offeror Representations and Certifications/Commercial Items The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal; 52.212-4 Contract Terms and Conditions/ Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders/ Commercial Items, including subparagraphs: (5)(i) 52.219-6 Notice to Total Small Business Set-Aside; (14) 52.222-19, Child Labor/Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22)(i) 52.225-3, Buy American Act/ Free Trade Agreements/ Israeli Trade Act; (24) 52.225-13, Restriction on Certain Foreign Purchases; (20) 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration. Page 3 Selective Service System Agency-Level Protest Procedures Lever above the Contracting Officer is also incorporated. Item can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All offerors shall submit the following: 1) an original and one (1) copy of a quotation which addressed all line items; 2) technical description and/or product literature; 3) description of commercial warranty; 4) two (2) copies of the most recent published price list(s) and 5) a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/ Commercial Items, which may be downloaded at www.arnet.gov/far. All quotes should be sent to Selective Service System, 1515 Wilson Boulevard, 4th Floor, Arlington, VA 22209 Submission shall be received by 3:00 pm local time on June 9, 2004. FAXED and E- MAILED QUOTATIONS SHALL BE ACCEPTED. See numbered note 1. Original Point of Contact Calvin Montgomery, Contracting Officer, Phone (703) 605-4038, Fax (703) 605-4133, E- Mail CMontgomery@SSS.gov Jerry Klotz Telecommunication Specialist, Phone (703) 605-4113, Fax (703) 605-4133, E-Mail jklotz@SSS.gov Place of Delivery Address: 1515 Wilson Boulevard Arlington, VA Postal Code: 22209-2425 Country: USA
 
Place of Performance
Address: 1515 Wilson BLVD., Arlington, VA
Zip Code: 22209
Country: UNITED STATES
 
Record
SN00595468-W 20040603/040601212203 (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.