Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
SOLICITATION NOTICE

70 -- IBM Chassis, Blades, Storage

Notice Date
4/12/2017
 
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
N66001-17-T-7843
 
Response Due
4/19/2017
 
Archive Date
5/19/2017
 
Point of Contact
Point of Contact - David St Cyr, Contract Specialist, 619-553-4474; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(david.stcyr@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 will not be considered for award. Competitive quotes are being requested under N66001-17-T-7843. This requirement is set-aside for small businesses, NAICS Code is 334112 and the size standard is 1,250 employees. PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the closing date. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable. QUOTE BRAND NAME DO NOT SUBSTITUTE CLIN 0001 QUANTITY: 5 Each BLADE CENTER CHASSIS P/N: 8750HC1 *IBM BLADECENTER HT CHASSIS (NEW BARE CHASSIS) EACH CHASSIS INCLUDES: *FW/BIOS P9E156C DATED 02/03/2012 V1.17 *DIAGNOSTICS DYST920 DATED 02/01/2012 V4.01 BLADE SYS MNGT PROCESSOR YUOOD4G V1.32 *FIRMWARE VERSION BPET62 *8750CTO IBM BLADECENTER HT CHASSIS 1 *INCL. 60 BNT 10 PORT 10GB ESM FOR BLADECENTER IN HSSM BAY 7 1 *INCL. 62 BNT 10 PORT 10GB ESM FOR IBM BLADECENTER IN HSSM BAY 9 1 *44W4404 1590 BNT 1/10GB UPLINK ETHERNET SWITCH MODULE FOR IBM BLADECENTER 2 *25R5778 1604 IBM BLADECENTER KVM/ADVANCED MANAGEMENT MODULE 2 *46C7191 1639 BNT 10-PORT 10GB ETHERNET SWITCH MODULE FOR THE IBM BLADECENTER 2 *42C5280 1983 AC POWER SUPPLY 3 & 4 1 *INCL. 1986 AC POWER SUPPLY 1 & 2 1 *INCL. 2020 BACKPLANE WITH BRACKET 1 *INCL. 2021 SERVICE CARD 1 *42C5315 2022 IBM BLADECENTER HT ADVANCED MANAGEMENT MODULE INTERPOSER 2 *42C3723 2023 MULTIPLEXER EXPANSION MODULE 2 *INCL. 2024 ALARM PANEL MODULE 1 42C5301 2035 BLADECENTER HT IMTERPOSER FOR GB SWITCH/BRIDGE BAYS W/ISL 2 *INCL 2047 ACCESSORY KIT FOR 8750 AC SYSTEM 1 *INCL 2300 BLADECENTER CHASSIS CONFIGURATION *INCL 2558 SYSTEM PACKAGING - WW1 *INCL 2679 BASE HARDWARE (AC MODULE) 1 *INCL 3301 BLADECENTER 01 1 *31R3130 3751 3M CONSOLE SWITCH CABLE USB TPE 1 *42C5278 4816 IBM BLADECENTER HT BEZEL INCLUDING FILTER & CABLE MANAGEMENT COLLAR 1 *42C5305 4817 IBM BLADECENTER HT MEDIA TRAY 1 *42C5302 4820 IBM BLADECENTER HT INTERPOSER FOR HS SWITCH BAY 2 *42C5310 4822 IBM BLADECENTER HT COOMPACT FLASH 4GB 2 *2019B1X 4941 IBM BLADECENTER OPEN FABRIC MANAGER 1 *59Y7762 6527 AC JUMPER CORD C19 RIGHT ANGLE/C20 2 *INCL 7040 INT 1/10GB ULINK ETHERNET SWITCH MODULE IN BAY 1 1 *INCL 7041 INT 1/10GB ULINK ETHERNET SWITCH MODULE IN BAY 2 1 *INCL 7954 BLADECENTER HT INTERPOSER FOR GB SWITCH/BRIDGE BAYS W/ISL IN BAY 1 1 *INCL 7955 BLADECENTER HT INTERPOSER FOR GB SWITCH/BRIDGE BAYS W/ISL IN BAY 2 1 *INCL 8062 NO BLADE 1 *INCL 8130 BLADECENTER HT INTERPOSER FOR HS SWITCH IN BAY 7 1 *INCL 8132 BLADECENTER HT INTERPOSER FOR HS SWITCH IN BAY 9 1 *INCL 8549 SYSTEM DOCUMENTATION AND SOFTWARE-US ENGLISH 1 *INCL. 9206 NO PRELOAD SPECIFY 1 CLIN0001AA Unique Item Identification See DFARS 252.211-7003 CLIN 0002 QUANTITY: 50 Each PROCESSING BLADES P/N: 7870AC1 PROCESSING BLADES: IBM BLADECENTER HS22 FOR CPS DEVELOPMENT (GRADE A REFURB) CONTAINS THE FOLLOWING COMPONENTS: *7870AC1 IBM BLADECENTER HS22 1 *0702 INTEL XEON PROCESSOR L5518 4C 2.13GHZ 8MB CACHE 1066MHZ 2 *1034 SYSTEM BASE 1 *1077 2/4 PORT ETHERNET EXPANSION CARD(CFFH) FOR IBM BLADECENTER 1 *1911 8GB (1X8GB) DUAL RANK PC-3-8500 CL7 ECC DDR3-1066 VLP RDIMM 4 CLIN 0003 QUANTITY: 10 Each STORAGE BLADES P/N: 7870AC1 STORAGE BLADE 2: IBM BLADECENTER HS22 FOR CPS DEVELOPMENT (GRADE A REFURB) CONTAINS THE FOLLOWING COMPONENTS: *7870AC1 IBM BLADECENTER HS22 1 *0702 INTEL XEON PROCESSOR L5518 4C 2,13GHZ 8MB CACHE 1066MHZ 2 *1034 SYSTEM BASE 1 *5755 EMULEX VIRTUAL FABRIC ADAPTER FOR IBM BLADECENTER 1 *1776 IBM USB MEMORY KEY FOR VMWARE ESXI 4.0 1 *1911 8GB (1X8GB) DUAL RANK PC3-8500 CL7 ECC DDR3-1066 VLP RDIMM 4 *5403 IBM 31.4GB SATA 2.5 INCH SFF SLIM-HS SSD V2 2 CLIN 0004 QUANTITY: 5 Each SYSTEM STORAGE P/N: 1726HC3 IBM SYSTEM STORAGE DS3300 FOR CPS DEVELOPMENT (GRADE A REFURB) CONTAINS THE FOLLOWING: *1726H3 IBM SYSTEM STORAGE DS3300 1 *4844 DS3000 FLASHCOPY VOLUME COPY LICENSE 1 *4838 DS3000 1GB CACHE MEMORY UPGRADE 2 *2619 IBM SYSTEM STORAGE DS3300 ISCSI DUAL CONTROLLER 1 *5561 43W7630 IBM 1TB 7200 DUAL PORT SATA 3.5 INCH HS HDD 6 *5311 44W2234 IBM 300GB 15K 6GPS SAS 3.5 INCH HOT-SWAP HDD 6 CLIN0004AA Unique Item Identification See DFARS 252.211-7003 CLIN 0005 QUANTITY: 5 Each EXPANSION STORAGE P/N: 1727HCI DS3000 EXPANSION: IBM SYSTEM STORAGE EXP3000 FOR CPS DEVELOPMENT (GRADE A REFURB) CONTAINS THE FOLLOWING: *1727HC1 IBM SYSTEM STORAGE EXP3000 1 *2676 SYSTEM STORAGE EXP3000 1 *3708 IBM 1M SAS CABLE 2 *4802 EXP3000 ENVIRONMENTAL SERVICES MODULE (ESM) 2 *5561 43W7630 IBM 1TB 7200 DUAL PORT SATA 3.5 INCH HS HDD 12 CLIN0005AA Unique Item Identification See DFARS 252.211-7003 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. " Vendors: Make sure to reference the following information in the quote: a. Dun & Broadstreet number b. Cage Code c. Business Size/ NAICS Code: d. RFQ Number N66001-17-T-7843 e. Requested Delivery date: 30 days after receipt of order (ARO) f. Preferred method of shipment: FOB Destination. Ship to Address: SPAWARSYSCENPACIFIC RECEIVING 4297 PACIFIC HIGHWAY OT7 SAN DIEGO, CA 92110 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 (01/19/2017) and Defense Federal Acquisition Regulation Supplement (DFARS), December 22, 2106. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses shown below can be accessed in full text at www.farsite.hill.af.mil/: 52.204-3, Taxpayer Identification 52.204-6, Unique Entity Identifier 52.204-7, System for Award Management 52.204-8, Annual Representations and Certifications 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.219-1, Small Business Program Representations 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation 52.225-18, Place of Manufacture 52.227-7, Patents Notice of Government License 52.232-38, Submission of Electronic Funds Transfer Information with Offer 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations 252.225-7010, Commercial Derivative Military ArticleSpecialty Metals Compliance Certificate 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism This RFQ closes April 19th, 2017 at 11:00 am, 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/SimplifiedAcquisitions/N66001-17-T-7843. The point of contact for this solicitation is David St. Cyr at david.stcyr@navy.mil. Please include RFQ N66001-17-T-7843 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/3c7b8f9cbbe33acd5d6a3a96869bc543)
 
Record
SN04469539-W 20170414/170412234401-3c7b8f9cbbe33acd5d6a3a96869bc543 (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.