Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2010 FBO #3310
SOLICITATION NOTICE

70 -- Equipment & Software Maintenance

Notice Date
12/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-Q-POE065
 
Archive Date
1/4/2011
 
Point of Contact
Robert Orofino, Phone: 410-762-6503
 
E-Mail Address
Robert.R.Orofino@uscg.mil
(Robert.R.Orofino@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The USCG Surface Forces Logistics Center has a requirement for the following: 1) MODEL: CX3-10C, CX3-10C SPE FACTORY INSTALLED 2) MODEL# CX-2GDAE, DAE FC 2GB EXPANS FOR CX 3) MODEL# CX-2G10-300, 300GB 10K 2GB FC 4) MODEL# CX-2GDAE-OS, 2GB DAE EXP W/FLAREOS 5) MODEL# DL210BA2-FD, AX150SC BASE ARRAY FOR DL210 FIELD INSTALLATIONS 6) MODEL# DL-ENGINE210FD, SVR W/2 QUAD HBA & SCSI 7) MODEL# DS-220B-FF-D, 16-PORTS FF W/8 ACTIVE 8) DISK RETENTION EFF 12/1/10 9) MODEL# NAVAGT-VMKIT, NAVI AGENT VMWARE MEDIA 10) MODEL# NAV31-DP, NAVI MANAGER DEPARTMENTAL LICENSE FOR CX3-10 11) MODEL# NAV-DPKIT, NAVI DEPARTMENTAL MEDIA 12) MODEL# BRCD-FREE-TRN, CX3 SAN-B TRAINING OFFER 13) MODEL#NAVAGT-WINKIT, NAVI AGENT WINDOWS MEDIA 14) MODEL# CX31C-KIT, CX3-10C DOCS RTU KIT AND POWERPATH FOR CX-10C 15) MODEL# NAVAGT-VMKIT, NAVI AGENT VMWARE MEDIA This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-47 (Dec 2010), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 811212 and the Small Business Size Standard is $21,000,000.00. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only EMC Corporation of McLean, VA possesses the necessary technical and engineering data to execute this statement of work. EVALUATION: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: (a) Technical Capabilities (b) Price (c) Past performance The following FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2010) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2010). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities(29 U.S.C. 793);FAR 52.222-41 Service Contract Act of 1965 (41U.S.C. 351, et seq); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C 206 and 41 U.S.C. 351 et seq); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-1, Buy American Act-Supplies(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332). All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-POE065/listing.html)
 
Record
SN02344592-W 20101217/101215234130-20067ac6d200f675c1a2b6b90dad53f5 (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.