Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
SOLICITATION NOTICE

70 -- Server Chassis and Graphics Card Equipment

Notice Date
7/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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-Q-0375
 
Archive Date
8/12/2010
 
Point of Contact
Robert Gigliotti, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes 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-Q-0375 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100713. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 334111 and small business size standard of 1000 employees. The contractor shall provide the following items on a Firm Fixed Price basis, including the cost of shipping FOB Destination: Item 1: Qty: Five (5) Supermicro SYS-7046GT-TRF-FC405 or equal chassis that each support: 1) Qty: Four (4) double-width graphics cards (each with full x16 PCI-E 2.0 bus support) 2) 96 GB DDR3 1333 ECC Registered DIMM / 24GB Unbuffered DIMM 3) Qty: 4 (x16) PCI-E 2.0, Qty: 2 (x4) PCI-E 2.0 (in x16 slots), & Qty: 1 (x4) PCI-E (in x8 slot), and 2x PCI 33Mhz slots 4) Intel Dual 82574L Gigabit Ethernet 5) Qty: Eight (8) 3.5" Hot-swap Drives Trays that supports up to 6 SATA Drives 6) Power Supply: 1400W Gold Level Redundant supply installed 7) Motherboard: Dual Intel 5520 (Tylersburg) chipsets installed 8) Processor: Dual Intel X5660 2.80 GHz 6.4GT/s 6 Core processors installed 9) Memory: 12 GB (6x2 GB) DDR-3 1333Mhz ECC/REG RAM installed per chassis 10) Hard Drive: Qty: 2 - 3.5" 500 GB SATA II Hard Drives with 3 Gb/s transfer rate and 16 MB Cache installed per chassis 11) Qty: Four (4)- 5000 RPM Hot-swap Cooling fans installed 12) Qty: Two (2)- 5000 RPM Hot-swap Rear Exhaust fans installed Twenty (20) Nvidia GeForce GTX 480 or equal graphics cards powered and installed in chassis (4 per machine) each with: 1) 480 compute cores 2) 700 MHz Graphics Clock 3) 1401 MHz Processor Clock 4) 1848 MHz Memory Clock 5) 1536 MB GDDR5 Memory 6) 384-bit Memory Interface width 7) 177.4 GB/sec Memory Bandwidth 8) 2560x1600 Digital resolution display support 9) Two (2) Dual Link DVI display connectors 10) One (1) HDMI display connector 11) Multi-monitor support & HDCP compliant 12) DirectX 11 & OpenGL 4.0 feature support 13) PCI-E 2.0 x16 feature support 14) Graphics card dimension in any direction may be no larger than: Height: 4.376 inches, Length: 10.5 inches, Width: Dual-slot. 15) 105 Celsius Maximum GPU Temperature 16) 250 Watt Maximum Graphics Card Power Warranty/Support: Three (3) Year FULL Warranty on service and all parts Offers shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET), WEDNESDAY 28 JULY 2010. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their quotes 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 of this solicitation. This may include product literature, or other documents, if necessary. (b)(10) No past performance information is required. (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 4 (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 applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Capability, and (iii) Delivery. All evaluation factors other than price, when combined, are of approximately equal importance to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I 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 quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside Alternate I 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. 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. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0375/listing.html)
 
Record
SN02206585-W 20100717/100715234833-272234bd1603b5364bb4f34ac44798dc (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.