CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 4QAF75089405-A01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-01-06 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Atlanta, GA 30345
The GSA FTS Region 4 requires the following items, Exact Match Only, to the following:
LI 001, REINSTATEMENT FEE FOR SUPPORT, 1, EA;
LI 002, MC5345016030078 MP-1620M-EN ENT EXPANDED FUNCT, 1, EA;
LI 003, MC5345016030077 MP-1620M-EN ENT EXPANDED FUNCT, 1, EA;
LI 004, SW6295511071 MP-1620M-MGR ENT MGR SW MP-1620M, 1, EA;
LI 005, MC5345016030079 MP-1620M-EN ENT EXPANDED FUNCT, 1, EA;
LI 006, MC5345016030080 MP-1620M-EN ENT EXPANDED FUNCT, 1, EA;
LI 007, SW6295511070 MP-1620M-MGR ENT MGR SW MP-1620M, 1, EA;
LI 008, 02CL520A0005096 CC-SYMGR-BASE SYMM MGR BASE LICENSE, 1, EA;
LI 009, CC-SYMGR-CC05 SYMM MGR 1TB (61*100TB), 74, EA;
LI 010, SRDF-S-BASE SRDF-S BASE LICENSE, 1, EA;
LI 011, SRDF-S-C05 SRDF-S 1TB (61-100TB), 74, EA;
LI 012, TF-CG BASE TF-CG BASE LICENSE, 1, EA;
LI 013, TF-CG-C05 TF-CG 1TB(61-100TB), 74, EA;
LI 014, TF-M-BASE TF-M BASR LICENSE, 1, EA;
LI 015, TF-M-C05 TF-M 1TB(61-100TB), 74, EA;
LI 016, TF-SNAP-BASE TF-SNAP-BASE LICENSE, 1, EA;
LI 017, TF-SNAP-C05 TF-SNAP 1TB (61-100TB), 1, EA;
LI 018, MC504AW80701000249 EM-1008 CTX MGR VERSION 8, 1, EA;
LI 019, MC5EM255209804 PM-ED140M PRODUCT MGR FOR ED-140M, 1, EA;
LI 020, MC5EM254995944 PM-ED140M PRODUCT MGR FOR ED-140M, 1, EA;
LI 021, MC504AW80701000322 EM-1008 CTX MGR VERSION 8, 1, EA;
LI 022, MC5EM255055926 PM-ED140M PRODUCT MGR FOR ED-140M, 1, EA;
LI 023, MC5EM255158694 PM-ED140M PRODUCT MGR FOR ED-140M, 1, EA;
LI 024, REINSTATEMENT FEE FOR SUPPORT, 1, EA;
LI 025, 05DQA0200000617 CNRCELIC CENTERA COMP ED RTU, 1, EA;
LI 026, REINSTATEMENT FEE FOR SUPPORT, 1, EA;
LI 027, 03HA000A0100412 STS-KEY STS ICM LIC KEY, 1, EA;
LI 028, 03HB000A0100145 ARM-KEY ARM ICM LIC KEY, 1, EA;
LI 029, 03HD000A0100424 SANM-KEY SANM ICM LIC KEY, 1, EA;
LI 030, 03HD000A0100423 SANM-KEY SANM ICM LIC KEY, 1, EA;
LI 031, 02CA520B0003023 CC-OIC-KIT CC5.X OPN INTG CMPNTS KIT, 1, EA;
LI 032, PP-CPU-T04 PP-CPU-T04 PP ICM AT LEAST 400 CPUS, 184, EA;
LI 033, PFM-CAPM-T09 PFM-CAPM-T09 PFM ICM AT LEAST 400TB, 123, EA;
LI 034, 02CA520B0002957 CC-OIC-KIT CC5.X OPN INTG CMPNTS KIT, 1, EA;
LI 035, 03HA000A0100413 STS-KEY STS ICM LIC KEY, 1, EA;
LI 036, STS-CAPM-T09 STS ICM AT LEAST 400TB, 123, EA;
LI 037, 03HF00A01002751 PP-CPU-KEY PP ICM LIC KEY, 1, EA;
LI 038, 03HF00A01002634 PP-CPU-KEY PP ICM LIC KEY, 1, EA;
LI 039, 02ES45000000097 PP-SUM-KIT POWERPATH FOR SOLARIS KIT, 1, EA;
LI 040, SANM-CAPM-T09 SANM-CAPM-T09 SANM ICM AT LEAST 400TB, 123, EA;
LI 041, 03HB000A0100146 ARM-KEY ARM ICM LIC KEY, 1, EA;
LI 042, 03MFA0100000091 PFM-KEY PFM ICM LIC KEY, 1, EA;
LI 043, 03MFA0100000090 PFM-KEY PFM ICM LIC KEY, 1, EA;
LI 044, ARM-CAPM-T09 ARM-CAPM-T09 ARM ICM AT LEAST 400TB, 123, EA;
LI 045, 02CA520B0003021 CC-OIC-KIT CC5.X OPN INTG CMPNTS KIT, 1, EA;
LI 046, 02CA520B0003114 CC-OIC-KIT CC5.X OPN INTG CMPNTS KIT, 1, EA;
LI 047, 02CA520B0003059 CC-OIC-KIT CC5.X OPN INTG CMPNTS KIT, 1, EA;
LI 048, 02CA520B0004468 CC-OIC-KIT CC5.X OPN INTG CMPNTS KIT, 1, EA;
For this solicitation, GSA FTS Region 4 intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. GSA FTS Region 4 is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at
[email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or
[email protected]. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation.
The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
Delivery shall be made within 30 days or less after receipt of order (ARO).
CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
Bid Protests Not Available