Federal Bid

Last Updated on 12 Oct 2010 at 9 AM
Combined Synopsis/Solicitation
Susquehanna Pennsylvania

SAN Upgrade- Disk Shelves

Solicitation ID SP3300-10-Q-0219
Posted Date 10 Sep 2010 at 2 PM
Archive Date 12 Oct 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Distribution
Agency Department Of Defense
Location Susquehanna Pennsylvania United states
General information:

Document Type: Combined Synopsis Solicitation
Solicitation Number: SP3300-10-Q-0219
Posted Date: 10 September 2010
Opening Response Date: 10 September 2010
Closing Response Date: 23 September 2010
Archive Date: 08 October 2010
Classification Code: 70-General Purpose Information Technology equipment
NAICS Code: 334112 Computer Storage Device Manufacturing

Contracting Office:

Defense Logistics Agency, Logistics Operations, DLA Distribution, 2001 Mission Drive, Bldg 404, J7-AB, New Cumberland, PA 17070-5000, United States

Description:

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; quotes are being requested and a written solicitation will not be issued.

The solicitation number for this notice is SP3300-10-Q-0219. This is an unrestricted procurement for a contractor that can provide brand name EMC NS-20 and CX500 disk shelves or an equivalent product. The associated NAICS code is 334112.

See atttachments to this procurement package:
1. Line Items (Including Quantities)
2. Salient Characteristics

Delivery Sites:

NS-20- (DDSP)

DLA Distribution Susquehanna PA
Bldg 203, Door 12, DDSP-XB
5450 Carlisle Pike
Mechanicsburg, PA, 17050-2411

CX500 Disk Shelf- (DDJC)

DLA Distribution San Joaquin
Supply Branch
Warehouse 3-1, SB3200
DDJC-Tracy (ATTN: Robert V. Harden)
S. Chrisman Road
Tracy, CA, 95376-5000


Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449.
The method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA).

This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 effective 02 August 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100820 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-33. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil.

The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/.

FAR 52.233-1 Disputes (Jul 2002)
FAR 52.233-2 Protests After Award (Aug 1996)

FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards.

NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov.

(End of Provision)

OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.

1. Quotations may be submitted in contractor format and shall include:
(1) Company name, address, telephone number, e-mail address, and FAX number
(2) Solicitation number
(3) Unit Price inclusive of shipping, extended prices for all CLINS, and total price for the entire order.
(4) Descriptive literature as described in the provision, FAR 52.211-6 Brand Name or Equal, if the offeror is not providing the brand name equipment. If all of the salient characteristics are not addressed in the descriptive literature, the offeror must provide a narrative response that describes, in enough detail to allow for adequate evaluation, how the proposed products meet the characteristics.
(5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code
(6) Signed acknowledgements of amendments (applicable only if any amendments are
issued against this solicitation)

2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.

FAR 13.106-2 Evaluations of Quotations or Offers - Quotes will be evaluated in accordance with FAR 13.106. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the responsible offeror whose offer meets the brand name or equal requirements and is the lowest overall price.

FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to 52.212-4; the following clauses apply:

FAR 52.247-34 FOB Destination
FAR 52.211-6 Brand Name or Equal

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of
Executive Orders-Commercial Items (in paragraph (b) the following clauses apply:

FAR 52.303-6 Restrictions on Subcontractor Sales to the Government
FAR 52.219-8 Utilization of Small Business Concerns
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of segregated facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.225-13 Restriction on Certain Foreign Purchases
FAR 52.232-36 Payment by Third Party
FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels

DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply:

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.225-7036 Buy American Act-Free Trade Agreement-Balance of Payments Program ALT I
DFARS 252.247-7023(Alt) (1) Transportation of Supplies by Sea
DFARS 252.247-7024 Notification of Transportation of Supplies by Sea

DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999)

Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer.

(End of Provision)

DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001)

(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.

(b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate.

(c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer.


DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007)
(a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract.
(b) Definition.
Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD).
(c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo.
(1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/).
(2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp.
(d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government.
(End of Clause)


All questions and inquiries should be addressed via email to [email protected] Request for Quote Number SP3300-10-Q-0219. Pricing and representations/certifications are required NLT 11:00 AM EDT ON 23 SEPTEMBER 2010. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.

Bid Protests Not Available

Similar Past Bids

Susquehanna Pennsylvania 04 Jan 2010 at 2 PM
Location Unknown 14 Aug 2019 at 6 PM
Offutt air force base Nebraska 19 Sep 2017 at 1 PM
Location Unknown 11 Sep 2009 at 12 PM
White sands missile range New mexico 05 Aug 2009 at 11 AM

Similar Opportunities

Colorado 10 Jul 2025 at 4 AM (estimated)
Colorado 10 Jul 2025 at 4 AM (estimated)
Colorado springs Colorado 18 Jul 2025 at 9 PM
Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)