SOLICITATION NOTICE
70 -- Microsoft Software and Hardware for HPC Server Operating System
- Notice Date
- 9/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-11-RQ-0801
- Archive Date
- 10/4/2011
- Point of Contact
- Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
- E-Mail Address
-
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@nist.gov)
- 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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This requirement is unrestricted and all interested Contractors may submit a quotation. Line Items 0001-0010 are a BRAND NAME ONLY requirement. These brand name products are required because it is the only brand that meets the agency's needs. All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Microsoft Windows Server 2008 R2 Enterprise Software, Single Server, 64-Bit, English, with 10 User CALs. Electronic Distribution - No Media. Line Item 0002: Quantity Two (2) Microsoft Windows HPC Server 2008 R2 Suite Software Licenses. Electronic Distribution - No Media. Line Item 0003: Quantity One (1) NETGEAR ProSafe 8-Port Gigabit Smart Switch (Manufacturer Part #: GS108T-200NAS) Line Item 0004: Quantity One (1) Intel Ethernet Server Adapter X520-T2 (Manufacturer Part #: E10G42BT) Line Item 0005: Quantity Four (4) Leviton eXtreme 10G CAT 6A SlimLine Patch Cords - 7 Feet - Yellow (Manufacturer Part # 6AS10-7Y) Line Item 0006: Quantity Four (4) Leviton eXtreme 10G CAT 6A SlimLine Patch Cords - 15 Feet - Yellow (Manufacturer Part # 6AS10-15Y) Line Item 0007: Quantity One (1) APC Smart-UPS 1500VA LCD RM 2U 120V (Manufacturer Part # SMT1500RM2U) Line Item 0008: Quantity Seven (7) Intel 10 Gigabit AT2 Server Adapter (Manufacturer Part # E10G41AT2) Line Item 0009: Quantity Four (4) Leviton eXtreme 10G CAT 6A SlimLine Patch Cords - 3 Feet - Yellow (Manufacturer Part # 6AS10-3Y) Line Item 0010: Quantity Two (2) Microsoft Windows HPC Pack 2008 R2 for Workstation Software Licenses. Electronic Distribution - No Media. Warranty: Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? Delivery: Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications - Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. Instructions to Offerors: Central Contractor Registration: In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations: Offerors shall submit their quotations so that NIST receives them not later than 03:00 p.m. Eastern Time on Monday, September 19, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Joshua Holliday, Contract Specialist on 301-975-8497. Quotation Instructions: The Offeror shall submit the following: Technical Acceptability: The Offeror shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001-0010 2) An original and one (1) copy of the technical description and/or product literature 3) Description of commercial warranty 4) An original and one (1) copy of the most recent published price list(s) 5) Country of Origin information for each line item Price: The Offeror shall submit a firm-fixed price. Basis for Award Determination/Evaluation Criteria: Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: Quoted price will be evaluated for reasonableness.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0801/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Record
- SN02580733-W 20110918/110917000540-41cbc31621f0523ba154a0d34c9daec6 (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 |