Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2015 FBO #4830
SOLICITATION NOTICE

70 -- DL380G6 CTO Server

Notice Date
2/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-15-T-7619
 
Response Due
2/19/2015
 
Archive Date
3/21/2015
 
Point of Contact
Point of Contact - Sonja L Stevenson, Contract Specialist, 619-553-4511; Cynthia M Horriat, Contracting Officer, 619-553-3755
 
E-Mail Address
Contract Specialist
(sonja.stevenson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 to Solicitation N66001-15-T-7619, Effective 2/12/2015. Amendment 0001 is as follows: 1. Incorporate Question and Answer page dated 2/12/2015: Question 0001: My first question is the RFQ close date. There are two different dates on e-commerce, 2/16/15 at 10am and 2/18/15 at 12pm. Which one is correct? Question 0002: Also- the configuration that you provided for the CTO is end of life. Would you like me to quote the replacement or would you rather have refurbished HP equipment? Answer 0001: Extend solicitation close date to read Feb 19, 2015 in lieu of Feb 16, 2015. Answer 0002: The refurbished servers are fine with us. **************************************************************** This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business Concern will not be considered for award. Competitive quotes are being requested under N66001-15-T-7619. This requirement is set-aside for small businesses, NAICS code is 334111 and the size standard is 1,000 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. "Quote Brand NameDo Not Substitute" "Quotes Will Be Evaluated on an All or None Basis." Item 0001 - HP DL380G6 CTO Server OEM P/N: 494329-B2, QTY: 2 EA Item 0002 - HP X5670 DL380G7 FIO Kit P/N: 587493-L21, QTY 2 EA Item 0003 - HP X5670 DL380G7 Kit P/N: 587493-B21, QTY 2 EA Item 0004 - HP 8GB 2Rx4 PC3-10600R-9 Kit P/N: 500662-B21, QTY 24 EA Item 0005 - HP 8SFF Cage 380G6/G7 Kit P/N: 516914-B21, QTY 2 EA Item 0006 - HP 450GB 6G SAS 10K 2.5 in DP ENT HDD P/N: 581284-B21, QTY 28 EA Item 0007 - HP DL38X G5p/G6/G7 PCI-E x 16 Rsr Kit P/N: 494323-B21, QTY 2 EA Item 0008 - HP SAS Expander Card P/N: 468406-B21, QTY 2 EA Item 0009 - HP 256MB FIO P-Series Cache Module P/N: 534108-B21, QTY 2 EA Item 0010 - HP NC365T 4-port Ethernet Server Adapter P/N: 593722-B21, QTY 4 EA Item 0011 - HP 1200W CS Slvr Ht Plg Pwr Supply Kit P/N: 500172-B21, QTY 4 EA Item 0012 - HP iLO Adv E-LTU inc 1 yr TS&U SW P/N: TA850AAE, QTY 2 EA "The statement below applies to CLINs 0001 to 0012: To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant." Note: "Vendor must provide at time of submission of quote their Hewlett Packard (HP) authorized distributor information (POC, phone number) and/or any documentation supporting that the items are actually coming from that OEM, i.e., certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote will be treated as non- responsive and your quote(s) will not be considered for award." Vendors: make sure you reference the following information in the quote: a. DUN & Bradstreet number b. CAGE Code c. Business size d. Requested delivery date: 1 2 weeks or sooner after receipt of order e. RFQ Number: N66001-15-T-7619 f. Preferred method of shipment: FOB Destination Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-74 (12/26/2014) and Defense Federal Acquisition Regulation Supplement (DFARS) (1/15/2015). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition in e-Commerce. FAR Clause at 52.212-2 Evaluation Commercial Items basis for award will be the lowest priced technically acceptable quote. Current FAR & DFARS. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), 52.222-36, Affirmative Action for Workers with Disabilities, DFARS 252.209-7998, Representation Regarding Conviction of a felony Criminal Violation under any Federal or State Law, 252.204-7000, Disclosure of Information, and 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. This RFQ closes on February 16, 2015 at 10:00, A.M., Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-15-T-7619. The point of contact for this solicitation is Sonja Stevenson at Sonja.stevenson@navy.mil. Please include RFQ N66001-15-T-7619 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ad44be2287c1685307942556b8c1db6)
 
Record
SN03641407-W 20150214/150212235211-9ad44be2287c1685307942556b8c1db6 (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.