Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2005 FBO #1489
SOLICITATION NOTICE

70 -- IT equipment for MMCT

Notice Date
12/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-06-T-0001
 
Response Due
1/3/2006
 
Archive Date
3/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with addit ional 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 Request for Quote (RFQ) Number W91260-06-T-0001 a nd is 100% Set Aside to Small Business concerns. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. Standard Industrial Classification number is 5045. NAICS number is 42343 0. Business Size Standard is 100 employees. DESCRIPTION: The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereaft er. The offeror shall deliver all items described below in Contract Line Item Numbers (CLIN) 0001 - 0013 to U.S. Army Space and Missile Defense Battle Lab, 2525 Aviation Way, Colorado Springs, CO 80916, as stated. Offerors shall structure their proposal t o include a price for: CLIN 0001- Sun Fire V240, 2 x 1.5Ghz UltraSPARC IIIi, 8 x 1GB DIMMS, 2 X 73GB Drives, 4 x 10/100/1000 Gigabit Ethernet, ALOM Remote Manager, Three (3) PCI slots, n+1 Redundant Power, No Solaris OS Installed, with Eighteen (18) each X311L Power Cords. Sun M icrosystems P/N N32-XKB2C1808HB. Quantity: 9 EA CLIN 0002- XVR-100 Graphics Accelerator, 2D Graphics 24Bit Color, 64MB Frame Buffer Memory, Single Slot PCI, Max Resolution: 1920x1200, DVI and HD-15 connectors, Dual Video, Support, Solaris 8 and above, Software Drivers CD, and Installation Manual (PCI Sy stems Only). Sun Microsystems P/N X3770A. Quantity: 9 EA CLIN 0003- Internal DVD RW Slimline. Sun Microsystems P/N X7410A. Quantity: 9 EA CLIN 0004- Sun Service Upgrade for Sun Fire V240, One (1) year Gold. Sun Microsystems P/N W9D-N32-1G. Quantity: 9 EA CLIN 0005- Paragon II Cat 5 Matrix Switch, 16 User, 64 Channel. Raritan P/N P2-UMT1664M. Quantity: 2 EA CLIN 0006- USBG2 CIM Transmitter - Paragon II CIM for USB (either Sun or PS2). Raritan P/N P2CIM-USBG2. Quantity: 18 EA CLIN 0007- PS2 Key Board. P/N D92316. Quantity: 13 EA CLIN 0008- PS 3 Button Optical Wired Mouse. Quantity: 13 EA CLIN 0009- Zelix KlassMaster, Version 4.4 Release 4. Quantity: 1 EA CLIN 0010- Oxygen 6.1.1 Professional and Maintenance Pack. Quantity: 3 EA CLIN 0011- TextPad. Quantity: 3 EA CLIN 0012- Active Perl for Windows, License/Doc. Quantity: 3 EA. CLIN 0013- Mobile Computer Desk, Silver Finish, Includes a Keyboard Tray and a Lower Shelf For Additional Storage Space. Furnitureontheweb.com P/N SKU#038550. Quantity: 1 EA Quotes citing products offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products not provided under a Feder al Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Technical/Functional requirments: Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are desired to be delivered FOB Destination within fourteen (14) business days after receipt of order (ARO), which presumes contract award no later than 06 January 2006. Delivery/Acceptance point is HQ US Army Space and Missile Defense Command Ba ttle Lab, 2525 Aviation Way, Colorado Springs, Colorado 80916. Government workdays are between the hours of 0730 and 1630 MT. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12 .603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the requ ired equipment must respond no later than 2:00 PM (Mountain Time) on 03 January 2006. Award is anticipated no later than 06 January 2006. Payment of invoice(s) shall be by Government credit card under the Order contemplated. The successful offeror shall b e responsible for any/all bank fees incurred in connection with accepting payment of invoice(s) by Government credit card. Therefore, offerors are responsible for ensuring payment of invoice(s) by Government credit card is included as a factor in the basis of their quote or proposal. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) System Design/Configuration Technical/Functional Capability - abili ty to provide the products stated herein of the same or better functional and physical characteristics; (2) Schedule - ability to meet or exceed required delivery dates; (3) Past Performance - ability to consistently deliver and maintain, during term of w arranty, quality products and technical support in a timely manner and (4) Total Proposed Price, inclusive of warranty price and accepting payment of invoice(s) by Government credit card - most advantageous price considering all other factors; Evaluation C riteria are listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal informatio n (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the sched ule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Offeror shall provide a minimum of 3 references to w hich the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracting off ice point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation m ay render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal O pportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Af firmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-2 1, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certai n Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space and Missile Defense Command, ATTN: SMDC-RD-CM-W, 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile, however, it is the responsibility of the Offeror to ensure receipt - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later 2:00 PM (Mountain Time) on 3 January 2006. The point of contact for all information regarding this acquisition is Bob Haines at (719) 554-8746, fax (719) 554-8405 or at e-mail at bob.haines@smdc-cs.army.mil.
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
Country: US
 
Record
SN00957136-W 20051224/051222212520 (fbodaily.com)
 
Source
FedBizOpps 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.