Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2005 FBO #1355
SOLICITATION NOTICE

D -- Information Technology Services

Notice Date
8/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI5100
 
Response Due
8/20/2005
 
Archive Date
9/4/2005
 
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; quotes are not being requested and a written solicitation will not be issued. This procurement is being issued as a Notice Of Intent (NOI). Submit offers on NOI5100. The notice of intent (NOI) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This acquisition will be processed under Simplified Acquisition Procedures (SAP). The associated North American Industrial Code 334112 small business size is 1000. The National Institute of Allergy and Infectious Diseases intends to negotiate a sole source acquisition using simplified acquisition techniques to procure data storage units associated with software and hardware for the storage area network. NIAID has licenses for the existing outdated backup software for the storage area network. As part of the upgrade to the backup system, only this contractor provides a one-for-one licensing conversion for the existing licenses. The following line items are apart of this requirement: Networker Server Power Edition for Linux, catalog #LIC-007053; Networker Management Console w/Access Control, catalog #BIC-007087l Networker Administration Connection, catalog #OC-007064; Networked ClientPak for UNIX, catalog #LIC-003300; Networker ClientPak for Windows, catalog #LIC-003304; Networker Client Conns for Wind/UNIX/Linu/OSX 25, catalog #LIC-002022; Networker SNMP Module for Windows and UNIX, catalog #LIC-002025; Networker Power Edition Storage Node for Windows, catalog #LIC-005081; Networker Module for Microsoft SQL Server Client T, catalog #LIC-002089; Networker Module for Microsoft Exchange Server, Wi, catalog #LIC-002125; Networker Autochanger Software Module 1-128 slots, catalog #LIC-002043; Networker Dynamic Drive Sharing Option, catalog #LIC-002107; Networker Client Conns for Win/UNIX/Linux/OSX 25, catalog #LIC-002022; Networker Client Connections for Windows/UNIX/Linu, catalog #LIC-001637; Networker Client Cons for Windows/UNIX/LIU OSX 5, catalog #LIC-002021; Networker Power Edition Storage Node for Linux, catalog #LIC-007055; Networker Open File Manager, catalog #LIC-002976; Networker ClientPak for Mac OS-X, catalog #LIC-003322; Networker NDMP Client Connection Tier 4, catalog #LIC-002121; Professional Services ? Installation/Configuration and technical support. The FAR provisions and clauses that apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Offerors must include with their offer a completed copy of provisions at FAR 52.212-3; Offerors Representations and Certifications Commercial Items. The Government intends to make a best overall value buy to the responsible offeror whose offer is most advantageous to the Government. In order to be considered for an award, offeror must have completed the online electronic Representatives and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time (EDT), August 20, 2005 to Ms. Roshawn Simpson. Copies of the aforementioned clauses are available upon request by telephone to Ms. Roshawn Simpson at (301) 594-3419. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE-70, MSC4812, Bethesda, MD 20817-4812. Electronic transmissions will not be accepted. Requests for information concerning this requirement are to be addressed to Ms. Roshawn Simpson at (301) 594-3419. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by this agency. Delivery location is the National Institute of Allergy and Infectious Diseases.
 
Place of Performance
Address: NIAID, National Institutes of Health, Bethesda, MD
Zip Code: 20892
 
Record
SN00867041-W 20050812/050810212018 (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.