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 -- Oracle Sun Hardware Components

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-Q470
 
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
Total Small Business
 
Description
This solicitation is for Sun Microsystems components 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 Image Product Library (IPL) program. This is a small business set-aside. Only small businesses listed as Sun Authorized Government Channel Partners (http://www.sun.com/aboutsun/sunfederal/partners.jsp) will be considered. Only specified brand specific hardware is acceptable (See Brand Name Specific Justification & Approval). All Sun hardware items must be new condition and sourced from one of Sun Microsystem's primary distributors. No used, 3d party or refurb components and no part number substitutions will be acceptable, due to Sun's warranty policy. Delivery is to SPAWAR-Phila 19111, within 30 days after receipt of order. The following items are being solicited: Item QTY Mfg# Nomenclature 0001 1 541-4271 Drive, DVD SATA 0002 6 371-4932 CCA CPU w/2660Mhz 0003 2 511-1378 CPU Board, 1.4Ghz 8-Core System Assy 0004 1 80043 4-Port DB-9 Manual Switch, includes 1xDB-9 ABCD Switch 0005 1 JU-P40112-S1 4 Port Highspeed USB PCIE DP 0006 1 AT-FS708-10 8 PORT SWITCH 10/100 RJ45 UNMANAGED This acquisition is being issued in accordance with FAR 12 and 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-Q470, 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 Oracle authorized small business resellers only. Only those quotes meeting the following criteria will be considered; All or nothing, New condition only from authorized an Oracle distributor, absolutely no refurbished or used parts, no part number substitutions, authorized Oracle reseller, small business designation and current Central Contractor Registration. This requirement is for Oracle's Sun Microsystems components in support of the U.S. Navy Space and Naval Warfare Center (SPAWAR)- Philadelphia C2I Program Office's Image Product Library (IPL). The SPAWAR-Phila C2I Programs Office is the primary hardware manager, integrator and depot support office for the National Geospatial-Intelligence Agency [NGA]. The IPL 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 C4ISR 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, 6 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-Q470/listing.html)
 
Place of Performance
Address: 700 Robbins Ave., Bldg 2, Phila, Pennsylvania, 19111, United States
Zip Code: 19111
 
Record
SN03132034-W 20130801/130731000206-42f08fa12f96d319497d1e692bf0e2a2 (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.