SOLICITATION NOTICE
70 -- AU Corp Computer System Upgrade
- Notice Date
- 2/5/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-FU330040150100A
- Response Due
- 2/16/2004
- Archive Date
- 3/2/2004
- Point of Contact
- Toxie Courtney, Contract Specialist, Phone (334) 953-3516, Fax (334) 953-2856,
- E-Mail Address
-
toxie.courtney@maxwell.af.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number FU330040150100 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20040113. The North American Industry Classification System code is 334112 with a small business size of 1000 employees. This acquisition will be solicited unrestricted. This requirement is for the purchase of Hewlett Packard items necessary to upgrade the Air University Corporate Management Computer System on Maxwell Air Force Base, AL. LIST OF ITEMS REQUIRED: Line Item 0100 - Product # A6890A, HP Server RP2470 to include the following: Qty. 1; -- 750MHz PA8700 CPU for HP Server RP2470, Qty. 2; -- Factory Integrated, Qty. 2; -- 1024MB HD SyncDRAM Memory Module, Qty. 2; -- Factory Integrated, Qty. 2; -- PCI 1000Base-T Gigabit Ethernet Adpt, Qty. 1; -- Factory Integrated, Qty. 1; -- 36GB 15K HotPlug Ultra160 disk, rp24X0, Qty. 2; -- Factory Integrated, Qty. 2; -- PCI 2GB Fibre Channel Adapter, Qty. 2; -- Factory Integrated, Qty. 2; -- Field Rack-mount Kit ? rp24XX, Qty. 1; -- HP DVD-ROM Array Module, Qty. 1; -- SCSI Cable 2.5m VHDTS68/HDTS68 M/M Multi, Qty. 1; -- SCSI Terminator LVD/SE HDTS68 Multimd, Qty. 1; Line Item 0101 - Product # B7993AA, HP-UX Enterprise OE Server Media to include the following: Qty. 1; -- HP-UX 11i version 1, Qty. 1; -- CD-ROM (disk only), Qty. 1; -- Factory Integrated, Qty. 1; -- U.S. ? English localization, Qty. 1; -- HP-UX Enterprise OE LTU 1 CPU w/system, Qty. 2; Line Item 0102 - Product # HA110A1, HP CP Installation to include the following: Qty. 1; -- Manuals on CD-ROM Qty. 1; -- Support ? rp2470 Server, Qty. 1; -- Support ? Enterprise OE per Processor 1 ? CD-ROM (disk only), Qty. 2; Line Item 0103 - Product # HA113A1, HP CP Installation to include the following: Qty. 1; -- Installation ? A500, rp2450, rp2470, Qty. 1; -- Installation ? Add-On Storage Component, Qty. 1; Line Item 0104 - Product # A6268A, VA 7410 Dual Cntl, 2048MB Cache to include the following: Qty. 1; -- Ent Class 73GB 15K RPM FC HDD, Qty. 40; -- Factory Integrated, Qty. 40; -- HP Disk System 2405 Field Rack, Qty. 2; -- DS2405 not compatible w/VA HP13fw/CV1.03, Qty. 2; -- System/E Rack Rail Acc Kit, Qty. 3; Line Item 0105 - Product # HA114A1, HP CP Installation and Startup to include the following: Qty. 1; -- Installation ? VA74XX Disk Array, Qty. 1; -- Installation ? VA component, Qty. 3; -- Installation ? VA Enclosure, Qty. 2; -- Installation ? VA 73GB, 146GB, HDD, Qty. 40; Line Item 0106 - Product # T1009A, to include the following: Qty. 1; -- Business Copy Virtual Array 1 TB LTU, Qty. 2; -- Business Copy VA 50 GB LTU and SW kit, Qty. 1; -- Secure Manager VA 50 GB LTU and SW kit, Qty. 1; -- Secure Manager Virtual Array 5 TB LTU, Qty. 1; Line Item 0107 - Product # HA110A1, HP CP 1Y Support Plus 24 to include the following: Qty. 1; -- Support ? VA 7400 Series w/Dual Ctrl, Qty. 1; -- Support ? EntClss 73GB 10K/15K RPM FC HD, Qty. 40; -- Support ? HP SureStore VA Enclosure, Qty. 2; -- Support ? VA Software Product, Qty. 2; -- Support ? VA Software Product, Qty. 1; -- Support ? 2/16 EL FC Switch, Qty. 2; Line Item 0108 ? Product # HA114A1, HP CP Installation and startup to include the following: Qty. 1; -- Installation ? VA LTU, 1 TB and 5 host, Qty. 2; -- Installation ? VA LTU, 5 TB, 10 Host, Qty. 1; Line Item 0109 ? Product # 334181-B21 to include the following: Qty. 1; -- U.S. English localization, Qty. 2; -- 2GB SFF-SW Trncvr Lit ALL, Qty. 32; -- 5m SW LC/LC FC Cable ALL, Qty. 16; -- Fiber Optic Cable 2m LC 50/125 M/M, Qty. 8; Line Item 0110 ? Product # HA110A1, HP CP 1Y Support Plus 24 to include the following: Qty. 1; -- Support ? 2/16 EL FC Switch, Qty. 2; Line Item 0111 ? Product # HA113A1, HP CP Installation to include the following: Qty. 1; -- Installation ? 2/16 FC Switch, Qty. 2; Line Item 0112 ? Product # TDISVC, to include the following: Qty. 1; -- Two weeks of migration and MC Service-guard implementation. {End CLIN description} Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotations determined technically acceptable, a best value selection based on price and delivery. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be based on price and delivery. Each offeror's quoted price will be evaluated for reasonableness. The contracting officer will make and award as determined to be in the government's best interest. Award will be made to a single source. The desired delivery date is 15 March 2004. FOB is Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2004), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3 with Alternate I (Apr 2002), Offeror Representation and Certifications - Commercial Items (Jan 2004); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act?Balance of Payments Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.204-7, Central Contractor Registration (Oct 2003); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jan 2004), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (June 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Jan 2004). NOTE: Wide Area Work Flow (WAWF) registration can be obtained by accessing the internet, https://wawf.eb.mil or by calling 866-618-5988. Registration must be completed before award. 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jan 2004) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2003); and 252.211-7003, Item Identification and Valuation (Jan 2004). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. All quotes must be for all items as stated, partial quotes will not be considered. Responses/Offers are due by the close of business (3:00 PM CDT) on 16 February 2004. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All quotes must be faxed to (334) 953-2856 attn: TSgt Toxie Courtney, e-mailed to toxie.courtney@maxwell.af.mil (subject: FU330040150100), or mailed to 42 CONS/LGCB, attn: TSgt Toxie Courtney, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation. Reference the solicitation number and provide a delivery date on proposal. Please fax or e-mail any questions to TSgt Toxie Courtney, Contract Specialist.
- Place of Performance
- Address: 50 LeMay Plaza South, Maxwell AFB AL
- Zip Code: 36112
- Country: U.S.
- Zip Code: 36112
- Record
- SN00516778-W 20040207/040205212129 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |