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 -- SMDC ARSTRAT requirement for SunBlade computers

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-0003
 
Response Due
12/30/2005
 
Archive Date
2/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 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 Request for Quote (RFQ) Number W91260-06-T-0003 is a 100% Small Business set-aside. 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 423430. Business Size Standard is 100 employees. DESCRIPTION: Sun Microsystems computer equipment/components for G2 SORC. 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 her e and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within fourteen (14) business days after receipt of Purchase Order, to include all associated parts, components, and hardware, as described b elow in Contract Line Item Numbers (CLIN) 0001 through CLIN 0013. Offerors shall structure their proposal to include a price for: CLIN 0001- Sun Blade 2500 CPU, 2X1.6GHz, 2GB RAM, 146GB Internal drive, 10/100/1000 BASET, STAROFFICE V7, SOLARIS 8&10. Sun Microsystems P/N A39UXB2-C1AB-D2G. Quantity: 3 EA. CLIN 0002- PCI SCSI I/O Card,PCI Dual Ultra320 SCSI HBA card. Sun Microsystems P/N SG-XPC12SCSI-LM320. Quantity: 3 EA. CLIN 0003- DVD-ROM Media Kit, Solaris 9 DVD-ROM Media Kit. Sun Microsystems P/N SOLZ9-090C9A7M. Quantity: 3 EA. CLIN 0004- SunBlade 2500 Operating System Upgrade, 3 year. Sun Microsystems P/N W9D-A39-24-3G. Quantity: 3 EA. CLIN 0005- SUN PCI III Pro CoProcessor PCI X-OPTION, MIBEL AMD ATH XP2100 and 256, 24BIT Graphics. Sun Microsystems P/N X2136A. Quantity: 3 EA. CLIN 0006- Type 6 Country Kit - USB Keyboard, Mouse - UNIX, 2 Power Cords, US/Canada/Universal. Sun Microsystems P/N X3538A. Quantity: 3 EA. CLIN 0007- XVR-1200 Graphics Accelerator, HW Option HW WKP Computer Server. Sun Microsystems P/N X3689A. Quantity: 3 EA. CLIN 0008- Gigabit Ethernet Network Interface Card, For High Performance Fiber and PCI App's, Compliance. Sun Microsystems P/N X4151A. Quantity: 3 EA. CLIN 0009- 512 MB (1x512) SODIMM Memory, Expansion for SunPCI III PCI Option Card. Sun Microsystems P/N X7067A. Quantity: 6 EA. CLIN 0010- 24.1 Inch TFT LCD Color Monitor, 1900x1200, Digital Video Interface (DVI), 4 Port, USB. Sun Microsystems P/N X7197A. Quantity: 3 EA. CLIN 0011- 2-GB (2 x 1-GB DIMMS) DDR PC2100 ECC Memory. Sun Microsystems P/N X7604A. Quantity: 9 EA. CLIN 0012- 48X CD-RW w/IDE Cable, for SUN BLADE 2500 X-Option. Sun Microsystems P/N X9004A. Quantity: 3 EA. CLIN 0013- Internal 146GB 10K U320 Ultra SCSI Drive. Sun Microsystems P/N XRA-SC1CA-146G10K. Quantity: 4 EA. Quotes citing products and/or services 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 and/or serv ices not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the o fferor's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within fourteen (14) busi ness days after receipt of Purchase Order, which presumes contract award no later than 03 January 2006. Delivery/Acceptance point is HQ US Arm y Space and Command, SMDC-AR-LO-S, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are between the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition wi th 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 t hat believe they can provide the required products or services must respond no later than 3:00 PM, Mountain Time, 30 December 2005. Award is anticipated no later than 03 January 2006. Payment of invoice(s) shall be by Government credit card under the Orde r contemplated. The successful offeror shall be 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 cr edit 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/Config uration Technical/Functional Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Schedule - ability to meet or exceed required delivery date for all items described in CLINs 0001 - 0013 above; (3) Past Performance - ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner and (4) Total Proposed Price, inclusive of warranty price and accepting payment of invoice b y Government credit card - most advantageous price considering all other factors. Evaluation Criteria is 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 Government will only consider the information provid ed 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 ther ein for evaluation may 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 C onditions-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 Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.2 25-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, 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 Certain 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 no t sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date/time set for receipt of proposals - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 3:00 PM (Mountain Time) 30 December 2005. The point of contact for all information regarding this acquisition is Leah Pauls at (719) 554-8448, fax (719) 554-8405 or at e-mail leah.pauls@smdc-cs.army.mil.
 
Place of Performance
Address: U.S. Army Space Command ATTN: SMDC-CS Peterson Air Force Base CO
Zip Code: 80914-4914
Country: US
 
Record
SN00957138-W 20051224/051222212521 (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.