SOLICITATION NOTICE
59 -- Replacement Computer Nodes
- Notice Date
- 8/1/2009
- Notice Type
- Presolicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SOL-09-1059641
- Archive Date
- 8/25/2009
- Point of Contact
- Jeankite Joseph, Phone: 301-827-5095, Christopher E. Cunningham, Phone: 301-827-7185
- E-Mail Address
-
jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov
(jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation, FDA-SOL-09-1059641, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-35. The acquisition is set-aside for Small Business. The associated NAICS code is 334111 and small business size standard is $ 1,000.0 Millions. The Food and Drug Administration (FDA) seeks competition for the following equipment: Rackform nServ A2121 "22 Nodes/264cores/1.3GB RAM per core" Shared Chassis: The following chassis resources are shared by both nodes Power Supply: Shared, Removable 980W Power Supply Rail Kit: 1U Sliding Rail Kit Included Node 1: The following choices apply to Node 1 (Left side of chassis) CPU: 2 x Opteron 2427 (2.2GHz, Six Core, SktF, 512KB/Core L2 Cache, 6MB L3 Cache) RAM: 16GB (8 x 2GB) DDR2-800 Registered ECC - Interleaved NIC: Dual-Port nVidia MCP55V-Pro Gigabit Ethernet Controller Hot-Swap Drive - 1: 250GB Western Digital RE3 (3.0Gb/s, 7.2Krpm, 16MB Cache) SATA Node 2: The following choices apply to Node 2 (Right side of chassis) CPU: 2 x Opteron 2427 (2.2GHz, Six Core, SktF, 512KB/Core L2 Cache, 6MB L3 Cache) RAM: 16GB (8 x 2GB) DDR2-800 Registered ECC - Interleaved NIC: Dual-Port nVidia MCP55V-Pro Gigabit Ethernet Controller Hot-Swap Drive - 1: 250GB Western Digital RE3 (3.0Gb/s, 7.2Krpm, 16MB Cache) SATA Warranty: Standard 3-Year Warranty Configured Power: 603 W, 618 VA, 2056 BTU/h, 5.6 Amps (110V), 3.0 Amps (208V) NOTE: MUST BE EXACT MATCHED Evaluation Criteria: FDA will evaluate the offeror's submission/proposal on their ability to provide support at a reasonable and realistic price (to include any discounts offered). OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTE, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (JUL 2009), WHICH ARE AVAILABLE ELECTRONICALLY AT: http://www.arnet.gov/far/current/html/52_212_213.html. The clause at FAR 52.212-4 (Mar. 2009), Contract Terms and Conditions – Commercial Items and FAR 52.212-5 (Jun. 2009), Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Sep. 2006), (2) 52.219-8, Utilization of Small Business Concerns (May 2004), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (FEB 1999), (5) 52.222-26 Equal Opportunity (MAR 2007), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans on the Vietnam Era, and Other Eligible Veterans (Sept 2006) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (11) 52.232-33 Payment by Electronic Funds Transfer (Oct 2003). (12) 52.204-7 Central Contractor Registration (Apr 2008). (13) 52.217-7 Option for Increased Quantity—Separately Priced Line Item (Mar 1989) (14) 52.217-8 Option to Extend Services (Nov 1999). (15) 52.217-9 Option to Extend the Term of the Contract (Mar 2000).. Award will be made to the offeror providing the lowest price to the Government. The Contract Specialist must receive any questions no later than August 05, 2009. Offerors cost proposal shall be received on or before 2:00 P.M. local time, August 10, 2009 at Food and Drug Administration 5630 Fishers Lane Rockville, MD 20857. For information regarding this solicitation, please contact Jeankite Joseph, at 301-827-5095, Fax 301-827-7106, or email: jeankite.joseph@fda.hhhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-09-1059641/listing.html)
- Place of Performance
- Address: 10903 New Hampshire Avenue, Building WO 62, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN01896391-W 20090803/090802041149-a1b61d372ed0963eb7e868a23a11c602 (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 |