MODIFICATION
66 -- Data Recorder
- Notice Date
- 4/5/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment 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
- FA8751-11-Q-0272
- Archive Date
- 4/29/2011
- Point of Contact
- Amber Hoffman,
- E-Mail Address
-
amber.hoffman@rl.af.mil
(amber.hoffman@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ***AMENDMENT 1 The purpose of this amendment is to add the Storage Capacity to the Specifications section. 1. The Storage Capacity of Item 1 is 44TB ***END AMENDMENT 1 This is a combined synopsis/solicitation for commercial items solicited in accordance with the procedures of FAR 13 and 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 (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 FA8751-11-Q-0272 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110317. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 334220 and small business size standard is 750 employees. The contractor shall provide the following items on a firm fixed price basis, including the cost of shipping FOB Destination: Item 1: Data Recorder Qty: 1 Mfr/Part No.: Digital Receiver Technology DRT5403A-V10 or equal Specifications: Dual-Channel DECL (Differential ECL) recorder Differential ECL interface supports 200 MB/sec per channel 24 front-loading SATA 2TB disks RAID6 disk architecture Dual AMD Opteron processors with minimum 4GB memory each Size: 5U (19" x 27" x 8.75") Storage Capacity: 44TB DIM1 card to interface to an existing DRT1101 receiver 32-bit, 33MHz PCI bus (standard J1 Compact-PCI) Two independent bidirectional 16-bit Differential 100k ECL Interfaces Two interface cables to connect DIM1 card to the Data Recorder The above item will be used with an existing DRT receiver; therefore, equivalent items proposed must interface the receiver. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 90 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer Depot, 148 Electronic Pkwy, 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 3PM (ET), Thursday, 14 April 2011. Submit to: AFRL/RIKO, Attn: Amber Hoffman, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8204 or by email to Amber.Hoffman@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, 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 specifications identified above. This may include product literature or other documentation as necessary. (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. (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 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Price and Technical Capability; both factors are of equal importance. 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. 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 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 52.223-18, Contractor Policy to Ban Text Messaging while Driving 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 FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 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 and Receiving Reports 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 252.211-7003, Item Identification and Valuation 252.225-7000, Buy American Act--Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 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 DFAR 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 proposal 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 proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-0272/listing.html)
- Record
- SN02417730-W 20110407/110405235128-5e0342ba3e343f1ffc29e58c64b40b8b (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 |