Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2005 FBO #1350
SOLICITATION NOTICE

D--D -- Software Licensing/Support

Notice Date
8/5/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Network 22 Logistics Office, 5901 East Seventh Street, Long Beach, California 90822
 
ZIP Code
90822
 
Solicitation Number
605-05-5702-0447
 
Response Due
8/16/2005
 
Archive Date
9/15/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 691-05-4-2040-0037, in accordance with FAR parts 12 and 13. This solicitation documents and incorporates provisions and clauses through Federal Acquisition Circular (FAC) 2005-05 effective August 4, 2005. The North American Industrial Classification System (NAICS) number is 443120 and the small business size standard is $7.5 million in average annual receipts. This acquisition is advertised using full and open competition. Line Item 0001 Part No. SW-GS36S, Qty 1 ea, Unit price $__________, Total price $____________; Line Item 0002 Part No. SW-GE36S, Qty 1150 ea, Unit price $__________, Total price $__________ ; Line Item 0003 Part No. SV-GT360-0001, 2 ea, Unit price $__________, Total price $__________ ; Line Item 0004 Part No. SV-GG360-0001, 1 ea, Unit price $__________, Total price $__________ ; Line Item 0005 Part No. MT-GE36S-SILV, 1150 ea, Unit price $__________, Total price $__________ ; Line Item 0006 Part No. MT-GE36V-SILV, 1 ea, Unit price $__________, Total price $__________ ; Grand Total $____________ ITEM DESCRIPTIONS Please provide pricing on the following items manufactured by Zenith, brand name or equal. Line Item 0001 - P/N SW-GS36S Persystent Technology perpetual license - iNODE server version 3.6 License. Line Item 0002 - P/N SW-GE36S Persystent Technology perpetual license - iNODE enterprise version 3.6 single OS. Line Item 0003 - P/N SV-GT360-0001 Persystent Technology service - iNODE onsite training & knowledge transfer, 1-day. Line Item 0004 - P/N SV-GG360-0001 Persystent Technology service - iNODE onsite follow-on consulting service, 1-day. Line Item 0005 - P/N MT-GE36S-SILV Persystent Technology one year maintenance plan for enterprise version 3.6 single OS silver level service - includes updates, fixes, patches, and technical support Monday through Friday, 8:00AM - 8:00PM Eastern Standard Time. Line Item 0006 - P/N MT-GE36V-SILV Persystent Technology one year maintenance plan for server version 3.6 single OS silver level service - includes updates, fixes patches, and technical support Monday through Friday, 8:00AM - 8:00PM Eastern Standard Time. If submitting a product as an 'equal' item please submit at a minimum, brand name, product specifications and types of expendable required for maximum operational performance. Please indicate if any line items are available on a GSA/FSS contract. F.O.B. Point The Loma Linda VA Healthcare System requires that pricing be submitted using F.O.B. Destination pricing. Delivery must be made no later than 21 days after order is placed. No other shipping terms will be acceptable. The shipping address is: Loma Linda Healthcare System 11201 Benton Street Loma Linda, CA 92357 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-1 is supplemented with the following addenda: "Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address and telephone number of the offeror, unit price, an overall price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, TIN, size of business, and acknowledgement of any solicitation amendments. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass of fail basis to determine whether the proposed services meet the requirements outlined in the item description. If an offeror cannot comply with every requirement, that offer will not be technically acceptable. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Once an offer has been determined to be technically acceptable then the offeror with the lowest evaluated price will be awarded the contract. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, with the following addend, applies: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 17, 18, 19, 20, 23, 32, and 33. Quotes must be receive No Later Than 3:00 PM Pacific Daylight Time August 16, 2005, at Department of Veterans Affairs, Network 22 Logistics Office, Building 149, 5901 East Seventh Street, Long Beach, CA 90822. Offers received after this date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. Faxed quotations will be accepted at (562) 826-5828 ATTN: Jim Lent.
 
Place of Performance
Address: 11201 Benton Street, Lom Linda, CA
Zip Code: 92357
Country: United States
 
Record
SN00863343-W 20050807/050805212016 (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.