MODIFICATION
70 -- COMPUTE CLUSTER - SPECIFICATIONS - Offeror Representations & Certifications
- Notice Date
- 6/30/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-R-0029
- Archive Date
- 7/27/2010
- Point of Contact
- Robert Gigliotti, Phone: 315-330-2205, Jacquelyn Benedict, Phone: 315-330-3270
- E-Mail Address
-
robert.gigliotti@rl.af.mil, Jacquelyn.Benedict@rl.af.mil
(robert.gigliotti@rl.af.mil, Jacquelyn.Benedict@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Offeror Representations & Certifications - Offerors MUST complete this document and return it with their proposal. Turn-Key Compute Cluster Specifications 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. Proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-R-0029 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100623. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is a Total Small Business set-aside. The NAICS code is 334111 and small business size standard is 1,000 employees. The contractor shall provide the turn-key Compute Cluster described in the attachment to this notice on a Firm Fixed Price (FFP) basis. Offerors shall specify the warranty term and include shipping FOB Destination in the total price. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is mid-AUG 2010. Products must be delivered FOB Destination. The place of delivery, acceptance, and FOB destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy. Rome NY, 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due by 3 PM (ET) 12 July 2010. Submit by email to robert.gigliotti@rl.af.mil, by fax to 315-330-2555, or by mail to AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Pkwy, Rome NY 13441-4514. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements in the solicitation. PLEASE NOTE that offerors shall submit a narrative not to exceed 3 pages that describes the proposed method for completing integration, installation, and all other services required. (b)(10) Submit past performance information for contracts completed successfully within the last 3 years that are similar in magnitude and scope to the work described in this notice. Include reference name, telephone number, and email address, as well as a brief description of the contract effort. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003. Item Identification and Valuation. This clause applies to certain products with unit price greater than or equal to $5,000. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE, (ii) PAST PERFORMANCE, (iii) DELIVERY SCHEDULE, and (iv) TECHNICAL ACCEPTABILITY (consisting of products offered, authorization/certification by product manufacturers, warranty, and method to fulfill integration, installation, and technical support). When combined, all non-Price factors are approximately equal in importance to Price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (JUN 2010), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUN 2010) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) 52.219-6, Notice of Total Small Business Set Aside (Jun 2003) Alternate I (Oct 1995) 52.219-8, Utilization of Small Business Concerns (May 2004) DEVIATION 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 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 (Sep 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.227-7015, Technical Data - Commercial Items (Nov 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (AUG 2008) 252.232-7010, Levies on Contract Payments (DEC 2006) 5352.223-9001, Health and Safety on Government Installations (JUN 1997) 5352.242-9000, Contractor Access to Air Force Installations (Access to Rome Research Site) (JAN 2008) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible sources may submit a proposal which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0029/listing.html)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN02193229-W 20100702/100630235430-8b515c449de6f9dbd50e536bc4c4f833 (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 |