Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2007 FBO #2126
SOLICITATION NOTICE

70 -- GeoBase Equipment - Servers.

Notice Date
9/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
334611 — Software Reproducing
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W90FYQ-07-R-0002
 
Response Due
9/28/2007
 
Archive Date
11/27/2007
 
Point of Contact
Jim Dadswell, 586-307-4952
 
E-Mail Address
127 MSC
(james.dadswell@miself.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(I) 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; p roposals are being requested and a written solicitation will not be issued; (II) Solicitation W90FYQ-07-R-0002 is being issued as a Request for Quotation; (III) This solicitation incorporates provisions and clauses for commercial items in effect through Fe deral Acquisition Circular 2005-19, effective 17 Aug 2007; (IV) N/A; (V) COMMERCIAL ITEM DESCRIPTION: Line Item (1) Server  Complete server for existing ArcGIS Server 9.2 Standard Enterprise. 1U Rack Mount Enterprise Server with Two (2) Dual Core Intel Xeon 5160 3.0 GHz processors, 4MB cache per processor, 8GB fully buffered DIMM memory, dual 73 GB ultra serial attached SCSI (SAS) disk drives with RAID Level 1, Dual Independent Bus Architecture, Dual Gigabit Ethernet Ports, Slimline CD-R/DVD, One-Year Ov ernight Replacement Warranty. Microsoft Windows Server 2003 32-bit Interprise installed and configured, 1 each; Line Item (2) Server  Complete ArcGIS Server 9.2 Advanced Enterprise. 1U Rack Mount Enterprise Server with two (2) Dual Core Intel Xeon 5160 3.0 GHz processors, 4MB cache per processor, 8GB fully buffered DIMM memory, dual 73GB Ultra Serial Attached SCSI (SAS) Disk Drives with RAID Level 1, Dual Independent Bus Architecture, Dual Gigabit Ethernet Ports, Slimline CD-R/DVD, One-Year Overnight Rep lacement Warranty. Microsoft Windows Server 2003 64-bit Enterprise installed and configured. ArcGIS Server 9.2 Advanced Enterprise for One Server with Two Sockets and Two Dual Core Processors Installed (includes First Year of Software Maintenance), 1 eac h; Line Item (3) Server  Complete Web Server. 1U Rack Mount Enterprise Server with Two (2) Dual Core Intel Xeon 5160 3.0 GHz processors, 4MB cache per processor, 8GB fully buffered DIMM Memory, Dual 73GB Ultra Serial attached SCSI (SAS) Disk Drives with RAID Level 1, Dual Independent Bus Architecture, Dual Gigabit Ethernet Ports Slimline CD-R/DVD, One-Year Overnight Replacement Warranty. Microsoft Windows Server 2003 32-bit Enterprise installed and configured, 1 each; Line Item (4) Server  Global Enterp rise Solution and Server, 1 each; Line Item (5) Server  Complete Microsoft SQL Database Server. 1U Rack Mount Enterprise Server with Two (2) Dual Core Intel Xeon 5160 3.0 GHz processors, 4MB cache per processor, 8GB fully buffered DIMM Memory, 2 x 73 GB 15000rpm Serial Attached SCSI (SAS) Disk Drives Mirrored with RAID 1, Dual Independent Bus Architecture, Dual Gigabit Ethernet Ports, Slimline CD-R/DVD, One-Year Overnight Replacement Warranty. Microsoft Server SQL 2005 64-bit Standard (Unlimited Users) i nstalled and configured, 1 each; Line Item (6) Server Storage  SQL Database Server Storage. TE244-4GB Primary Chassis, TE244 Dual Fibre Channel Controllers with 1GB cache, 8 x 300GB 15K SAS Hot Swappable Disk Modules, cables, SFPs, full redundancy built -in on all levels, built-in redundant power supplies, supports multiple RAID levels, 1 each; Line Item (7) Server Console  Complete Server Management Console, 1U 16 Port KVM, 1 each; Line Item (8) PLTS Defense at GeoBase, 1 each; Line Item (9) Server  Co mplete ArcGIS Server 9.2 Advanced Enterprise  One Server Solution. 1U Rack Mount Enterprise Server with Two (2) Dual Core Intel Xeon 5160 3.0 GHz Processors, 4MB Cache per processor, 8GB fully buffered DIMM Memory, Dual 73 GB Ultra Serial Attached SCSI ( SAS) Disk Drives with RAID Level 1, Dual Independent Bus Architecture, Dual Gigabit Ethernet Ports, Slimline CD-R/DVD, One-Year Overnight Replacement Warranty. Microsoft Window Server 2003 64-bit Enterprise Installed and Configured. ArcGIS Server 9.2 Adv anced Enterprise for One Server with Two Sockets and two Dual Core Processors Installed (Includes first year of software maintenance), 1 each; Line Item (10) Se rver  Complete Web Server. 1U Rack Mount Enterprise Server with two (2) dual core Intel Xeon 5160 3.0 GHz processors, 4MB cache per processor, 8GB fully buffered DIMM memory, dual 73 GB Ultra Serial Attached SCSI (SAS) Disk Drives with RAID Level 1, Dual Independent Bus Architecture, dual Gigabit Ethernet Ports, Slimline CD-R/DVD, One-Year Overnight Replacement Warranty. Microsoft Windows Server 2003 32-bit Enterprise Installed and Configured, 1 each; Line Item (11) Server  complete Microsoft SQL Databa se Server. 1U rack Mount Enterprise Server with two (2) Dual Core Intel Xeon 5160 3.0 GHz processors, 4MB cache per processor, 8GB fully buffered DIMM memory, 2 x 73GB 15000 rpm Serial Attached SCSI (SAS) Disk Drives mirrored with RAID 1, Dual Independent Bus Architecture, Dual Gigabit Ethernet Ports, Slimline CD-R/DVD, One-Year Overnight Replacement Warranty. Microsoft Server SQL 2005 64-bit Standard (Unlimited Users) Installed and Configured. Microsoft Windows Server 2003 64-bit Standard Installed and Configured, 1 each; Line Item (12) Server Storage  SQL Database Server Storage. TE244 4GB Primary Chassis. TE244 Dual Fibre Channel Controllers with 1GB Cache. 8 x 300GB 15K SAS Hot Swappable Disk Modules, Cables, SFPs, Full Redundancy built-in on all levels, built-in redundant power supplies, supports multiple RAID levels, 1 each; Line Item (13) Data Appliance  USA Prime Imagery and USA Street Map Data Appliance. Seamless mosaic of 1-meter resolution aerial imagery for the contiguous United States a long with satellite imagery for the world at 500-meter and 15-meter resolutions for display at smaller scales. The high-resolution imagery is a color mosaic of commercial and government imagery sources, including recent commercial imagery for metropolitan areas and the best available government imagery for other areas. This dataset spans several terabytes and includes general boundaries, place-names, and transportation reference layers for the world. USA Imagery also includes topographic maps for the Uni ted States at 1:250,000 scale, 1:100,000 scale, and 1:24,000 scale along with the Natural Earth physical map at a resolution of 1.24 kilometers for the world to be displayed at smaller scales. The USA Street Map  seamless, multi-scale street map for the United States with highways, major roads, minor roads, railways, water features, administrative boundaries, cities, and landmarks, overlayed on shaded relief imagery for added context. Complete world street map with highway-level data and other reference data for display at smaller scales. FileStorm i100 NAS Engine, TE244 4GB Primary Chassis, TE244 Dual Fibre Channel Controllers with 1GB cache, 3 x TE244 Expansion Chasis, 18 x 750 GB 7.2K RPM SATA-II Hot Swappable Disk Modules, Cables, SFPs, full redunda ncy built-in on all levels, built-in redundant power supplies, supports multiple RAID levels, 1 each; Line Item (14) Renewal  USA Prime Imagery Standard Yearly Renewal, 2 each; Line Item (15) Renewal  USA Street Map Standard Yearly Renewal, 2 each; Line Item (16) Console  Complete Server Management Console. 1U 16 Port KVM, 15 LCD monitor w/notebook keyboard  touch pad, 16 port KVM, all USB, 1 each; Line Item (17) PLTS Defense at GeoBase, 1 each; Line Item (18) Additional Component Package, 1 each; Lin e Item (19) Installation and Support  INLINE on-site installation and support, 1 each; Line Item (20) Warranty  3rd Year Express Replacement Warranty on all INLINE hardware, 1 each; Line Item (21) ESRI Services, 1 each; Line Item (22) 19 42U Server Cabi net, 1 each; Line Item (23) 3000VA UPS, 2 each; Line Item (24) 19 42U Server Cabinet, 1 each; and Line Item (25) 3000VA UPS, 2 each; (VI) Items being acquired are for the ANG GeoBase program. This program provides ANG geospatial support and training to A NG personnel at ANG bases throughout the United States; (VII) Place(s) of Delivery and Acceptance: Andrews AFB, MD and McConnell AFB, KS, FOB POINT IS DESTINATI ON; (VIII) FAR Provision 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition; (IX) Not Used; (X) FAR Provision 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items applies to this acquisition (offerors sha ll include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from the plans section of the Selfridge Website (www.nationaguardcontracting.org) or (http://farsite.hill.af.mil); (XI) FAR Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition, with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items; (XII) FAR Clause 52.212-5, Contract Terms and Conditions Required to Imp lement Statutes or Executive OrdersCommercial Items (DEVIATION), applies to this acquisition; (XIII) The following additional provisions and clauses also apply to this acquisition: Clause 52.203-3, Gratuities; Clause 52.203-6 ALT 1, Restrictions on Subcon tractor Sales to the Government; Clause 52.204-4, Printed or Copied Double-Sided on Recycled Paper; Clause 52.204-7, Central Contractor Registration; Provision 52.219-1 ALT I, Small Business Program Representation; Clause 52.219-8, Utilization of Small Bus iness Concerns; Clause 52.222-3, Convict Labor; Clause 52.222-19, Child Labor  Cooperation with Authorities and Remedies; Clause 52.222-21, Prohibition of Segregation Facilities; Clause 52.222-26, Equal Opportunity; Clause 52.222-35, Equal Opportunity fo r Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; Clause 52.222-36, Affirmative Action for Workers with Disabilities; Clause 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and o ther Eligible Veterans; Clause 52.222-39, Notification of Employee Rights Concerning Payment of Union dues or Fees; Clause 52.225-1, Buy American Act--Supplies; 52.225-2, Buy American Act Certificate; Clause 52.225-13, Restrictions on Certain Foreign Purch ases; Clause 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; Provision 52.233-2, Service of Protest; Clause 52.233-3, Protest After Award; 52.252-2, Clauses Incorporated by Reference; and Clause 52.252-6, Authorized Deviati ons in Clauses. The following additional DFARS provisions and clauses apply to this acquisition: Provision 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; Clause 252.211-7003, Item Identification and Valuation; P rovision 252.212-7000, Offer representations and Certifications-Commercial Items; Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION); Claus e 252.225-7012, Preference for Certain Domestic Commodities; Clause 252.225-7014, Preference for Domestic Specialty Metals; Provision 252.225-7020, Trade Agreements Certificate; Clause 252.225-7021, Trade Agreements; Clause 252.226-7001, Utilization of Ind ian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; Clause 252.232-7003, Electronic Submission of Payment Requests; Clause 252.243-7002, Requests for Equitable Adjustment; Provision 252.247-7022, Representa tion of Extent of Transportation by Sea; and Clause 252.247-7023 ALT III, Transportation of Supplies by Sea; Clause PP (Partial Payments); and Clause Wide Area Work Flow Receipt and Acceptance (WAWF-RA) Electronic Receiving Report and Invoicing Instruction s; (XIV) N/A; (XV) All information relating to this solicitation, including changes/amendments, questions and answers, will be posted on the following website: (www.nationalguardcontracting.org). Formal communications such as requests for clarifications a nd/or information concerning this solicitation must be submitted via email to ngbzcparcs@miself.ang.af.mil not later than 1:00pm Local Time, 21 September 2007. All answers (on a non-attribution basis) will be posted on the National Guard web site. They will be contained in the plans section in a document titled Questions and Answers. Terms of the solicitation and specification remain unchanged unless the sol icitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov ); (XVI) Quotes are due via email to the attention of Gail Stecker, gail.stecker@miself.ang.af.mil, with cc: to ngbzcparcs@miself.ang.af.mil, by 10:00am Local Time, 28 September 2007; (XVII) Point of Contact for this acquisition is Ms. Gail P. Stecker (58 6) 307-5975. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA20-2/W90FYQ-07-R-0002/listing.html)
 
Place of Performance
Address: NGB-ZC-PARC-S 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
Country: US
 
Record
SN01413295-F 20070922/070921081257 (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.