Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
SOLICITATION NOTICE

70 -- Dell Force 10 Switches

Notice Date
7/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Weapon Systems Support Mechanicsburg PA, 5450 Carlisle Pike, Mechanicsburg, Pennsylvania, 17050-0788, United States
 
ZIP Code
17050-0788
 
Solicitation Number
N00104-13-Q-Q553
 
Archive Date
8/21/2013
 
Point of Contact
David Setters, Phone: 7176057329
 
E-Mail Address
david.setters@navy.mil
(david.setters@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is for Dell Force10 switches & associated hardware in support of the U.S. Navy Space & Naval Warfare Systems Center San Diego (SPAWAR) C2I program office in Phila, PA 19111. This hardware is intended for their Imagery & Exploitation Support System (IESS) program. Only offerers listed as Dell Authorized Government Channel Partners will be considered. Only specified brand specific hardware is acceptable (See Brand Name Specific Justification & Approval). All items must be new condition. No used or refurbs and no part number substitutions will be acceptable. Delivery is to SPAWAR-Phila 19111, within 30 days after receipt of order. This solicitation is for the following hardware: ITEM DESCRIPTION Part Number Qty 1 Switch, Force10 S4810P, 1RU 48x10Gbe SFP+ 4x40Gbe QSFP+ 225-3136 4 2 Giga Switch-Managed 24-Port 10/100/1000 Ethernet Switch LGB2003A-R2 6 3 Rackmount 19" LCD and SUN USB Keyboard w/trackball RFT2-19-NSUSB 8 4 Fujitsu: 300GB 10,000 RPM disk Drive MAW3300FC 72 5 160GB 7200RPM 8MB Buffer Ultra ATA/100 3.5inch WD1600AAJB 2 The hardware units in this requirement will be operated in a CLASSIFIED environment/application or contain CLASSIFIED data. The manufacturer shall warrant all HDDs, if any, associated with the equipment being procured herein for the stated warranty period or period of performance in this contract. Upon failure of any HDD, the vendor shall have a policy that replaces the failed HDD without the need of the government to return the failed HDD. A reasonable vendor certification document process is an acceptable alternative to HDD return. This acquisition is being issued in accordance with FAR Subpart 13.5. 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; price quotes are being requested and a written solicitation will not be issued. The solicitation number is N00104-13-Q-Q553, which is a Request For Quotation (RFQ). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-08. The North American Industry Classification System (NAICS) Code is 334111. The government intends to solicit quotes and award a contract to a Dell authorized Federal reseller only. Only those quotes meeting the following criteria will be considered; All or nothing, New condition only, absolutely no refurbished or used parts, no part number substitutions, authorized Sun reseller, and current Central Contractor Registration. This requirement is for Dell Switches & associated IT components (see attached Government Requirement List) in support of the U.S. Navy Space and Naval Warfare Center (SPAWAR)- Philadelphia C4ISR Program Office's Image Exploitation Support System (IESS). The SPAWAR-Phila C2I Programs Office is the primary hardware manager, integrator and depot support office for the National Geospatial-Intelligence Agency [NGA]. The IESS program is a NGA sponsored asset. The required delivery is within 30 days of contract award. Delivery is to Space and Naval Warfare Systems Center, San Diego C2I Programs Office, 700 Robbins Ave., Bldg 7D, NAVICP, Philadelphia, PA 19111-5098. Inspection and acceptance are Govt location. FOB Destination. The following FAR Subpart 12 provisions and clauses are incorporated by reference: Time of Delivery. (6/97); FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the lowest priced technically acceptable offer. Technical acceptability will be based on the Offerors ability to provide the required items within the specified delivery time.]; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I (Offerors must submit a completed copy of the Representations and Certifications with their offer); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (a), (b)(1), (5), (7), (11-16), (21), (24), (d) and (e). Quotes must be received by no later than 11:00 PM EST, 8 Aug 2013 and shall be emailed to david.setters@navy.mil (any attachments should be in Word, Rich Text Format, or PDF) and must not exceed 2MB. For information regarding this synopsis/solicitation, telephone David Setters at (717)-605-7329 or email david.setters@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N00104-13-Q-Q553/listing.html)
 
Place of Performance
Address: 700 Robbins Ave., Phila, Pennsylvania, 19111, United States
Zip Code: 19111
 
Record
SN03131982-W 20130801/130731000139-ae2b1e45d2f0a2a61dd0fb3111b718c8 (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.