SOLICITATION NOTICE
70 -- NORAD CONTINGENCY SUITE [NCS] BACK-UP SERVER AND COMPONENTS
- Notice Date
- 8/11/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- ESC/ND, Strategic & Nuclear Deterrence C2 System Program Office, 11 Eglin Street, Hanscom AFB, MA 01731-2100
- ZIP Code
- 01731-2100
- Solicitation Number
- FA8722-05-C-0007
- Response Due
- 8/18/2005
- Archive Date
- 9/10/2005
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR QUOTATION Acquisition of back-up server and components for the NORAD Contingency Suite [NCS] Program 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. This document, FA8722-05-C-0007, is issued as a combined Request for Quotation [RFQ] / solicitation. FA8722-05-C-0007 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-27. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 334111 Mainframe Computers and Peripherals; the Size Standard $21 M Purchase Request number TEMP 109470. The Government intends to award the following Contract Line Item (CLIN): CLIN 0001 The Contractor shall deliver NCS back-up server/components at a FIRM FIXED PRICE in accordance with the Statement of work below. This Statement of Work (SOW) covers I. Equipment Requirements II. Delivery and Inspection Requirements III. General and Administrative I. Equipment Requirements a) Network Technologies Inc. [Mfr], Part no. ST-2U, Keyboard, Video, and Mouse (KVM) - PS-2, Qty One [1]; b) Sun Microsystems [Mfr], Part no. X4444A, Sun Quad GigaSwift Ethernet UTP Adapter (QGE ) is a full length PCI card with four 10/100/1000 BASE-T Ethernet interfaces in a single card. This card is for the SF 4800, Qty One [1]; c) Sun Microsystems [Mfr], Part no. RF4800-816-1050, Remanufactured Sun Fire 4800 Server mounted in a Sun Fire System Cab. 2 Power Supplies, 2 Fan Trays, 2 Power Cords, 1 System Controller, 2 PCI I/O Assemblies, 2 CPU/MEM Board, 8 CPU 1050Mhz,8MB Cache w/8 Lic, and 8x2GB (4x512MB DIMM) Memory, 1 PCI FW SCSI, Qty One [1]; d) Sun Microsystems [Mfr], Part no. SG-XMT3-H 2D1T1A, Sun StorEdge D240 Media Tray with 2 Hard Disks, 1 DVD-ROM, 1 Tape, (2x73GB HDDs, 1xDVD, 1xDAT 72), Qty One [1]; e) Intel [Mfr], Part no. INT-BX8054 6PG3000E, Intel 3.0ghz/1MB Pentium 4 Processor w/ 800mhz FSB (478 SOCKET), Qty One [1]; f) Sun Microsystems [Mfr], Part no.VKTINT-6-MM, NTI PS/2 Y Cable miniDIN6 male to mini DIN8 male 6ft, Qty One [1]; g) Sun Microsystems [Mfr], Part no.VEXT-6-MM, NTI 6 Foot SVGA Male/Male Cable, Qty Two [2]; h) Sun Microsystems [Mfr], Part no. SKTINT-6-MM, NTI SUN Keyboard Cable to KVM Switch Male-Male 6ft Qty One [1]; i) Sun Microsystems [Mfr], Part no. 13W3M-15HDF, NTI VGA to 13W3 Sun Video Adapter, Qty One [1]; II. Delivery, and Inspection Requirements 1. This is an urgent requirement and should be processed as such. The government requires delivery as soon as possible. 2. The items are to be shipped to: Northeast Air Defense Sector Attn: Eric Mack 128 Chappie James Blvd. Rome, New York 13441 3. SMSgt Eric Mack [(315) 334-6817] or MSgt John Brown [(315) 334-6817] . Equipment will be received and inspected at the Northeast Air Defense Sector, Rome, NY. Equipment will be inspected immediately upon receipt. 4. The vendor is responsible for shipment only. 5. The government does not have any unique requirements as to how it is shipped. Expedited shipment is required. 6. Point of Contact: nancy.bottari@hanscom.af.mil; and stacey.williams@hanscom.af.mil CC2SG/PK Contracting 11 Eglin St Hanscom AFB Bedford, MA 01731 III. General and Administrative 1. INVOICE AND PAYMENT IN ACCORDANCE WITH DFARS 252.232-7003, ELECTRONIC SUBMISSIONS OF PAYMENT: The contractor will be required, to submit the invoice electronically. Invoicing will occur once following acceptance of the final piece of equipment at destination. In accordance with FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (CCR), the contractor shall be registered in the CCR Database prior to award of the contract and shall receive payment by electronic funds transfer (EFT). The CCR process provides the EFT information to the Government. 52.212-1 Instructions to Offerors-Commercial. Items In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price, ability to meet exact server / components requirements, and delivery date acceptability, and will be evaluated in accordance with FAR 13.106-2. FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ The following provisions and clauses apply to this procurement: Solicitation Provisions incorporated by reference: FAR Subparts: 52.203-11 Certification and Disclosure Regarding Payments to influence certain Federal Transactions;; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.207-4 Economic Purchase Quantity-Supplies; 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; Alternate I; 52.229-1 State and Local Taxes; 52.229-3 Federal, State, and Local Taxes; 52.252-1. DFARS Subparts: 252.212-7000 Offeror Representations and Certifications--Commercial Items.252.204-7003 Control of Government Personnel Work Product; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.247-7022 Representation of Extent of Transportation by Sea. Clauses Incorporated by Reference FAR Subparts: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions-Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clauses In Full Text. FAR Subparts: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I ; 52.219-6 Notice of Total Small Business Set-Aside, Alternate I ; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor.; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.242-13 Bankruptcy. Clauses In Full Text. DFARS Subparts: 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea; Clauses In Full Text. AFFARS Subpart 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price, ability to meet exact server / components requirements, and delivery date acceptability, and will be evaluated in accordance with FAR 13.106-2. Pursuant to FAR Subpart 5.203(b), all quotations are due no later than 1700H (Eastern Daylight Time) Thursday, 18 AUGUST 2005. Written quotations should be sent via email only, to nancy.bottari@hanscom.af.mil. AND stacey.williams@hanscom.af.mil ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. * NOTICE: Use of Brand Name Specifications In Accordance With FAR Subpart 11.105 And Executive Office of the President, Office of Management and Budget's 11 April 2005 Policy Memorandum, The Following Justification For Use Of Brand Name Specifications Is Hereby Posted In Conjunction With Combined Synopsis / Solicitation NCS RFQ FA8722-05-C-0007 Use of Brand Name Specifications In accordance with FAR Subpart 11.105, Items Peculiar to One Manufacturer, the following is the Justification for Use of Brand Name Specifications in conjunction with the Statement of Work (SOW) from the Combined Synopsis / Solicitation NCS RFQ FA8722-05-C-0007. The required equipment (end item) in this combined synopsis / solicitation is a back-up server for a NORAD Contingency Suite (NCS) complex system already in the field. The back-up server will be integrated into the existing system. Therefore, the two servers must be identical to ensure proper interoperability, reduce program risk, and maintain program continuity without disruption to the mission. The NCS is run by proprietary software. The software configured for these systems is highly-specialized air defense software, specifically developed for the hardware listed in the SOW. This proprietary software is not operable on any other hardware. Acquisition of an identical server reduces program risk. In the event of a catastrophic failure of both servers, components from both can be used to rebuild one functional unit. Onsite technicians have been specially trained on this hardware. Substitutions in hardware and/or components will require extra training for the onsite techs, additional funds for that training, and will increase program risk by introducing unknown / untested factors into the existing architecture and jeopardizing operational capabilities of the system. According to market research, substitute hardware would break NCS configuration management, leaving the program without comprehensive engineering analysis to test and certify system compatibility from an OSS&E standpoint. Accordingly, I find that other companies' similar products do not meet, or cannot be modified to meet the specific requirements for the NCS system. These requirements can only be met by the equipment (server / components) listed in the NCS RFQ FA8722-05-C-0007 SOW. //signed// Rex Steves CC2SG/PK Contracting Officer 11 Eglin St. Bldg 1618, Hanscom AFB, MA 01731 (781) 377-2236 Numbered note 1 applies
- Web Link
-
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00868264-W 20050813/050811212242 (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 |