Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
SOLICITATION NOTICE

70 -- Computer Components

Notice Date
6/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral 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-0340
 
Archive Date
7/2/2011
 
Point of Contact
Janet Sheehan, Phone: 315-330-2001
 
E-Mail Address
janet.sheehan@rl.af.mil
(janet.sheehan@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. 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-0340 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) 2005-52 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110518. 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 334119 and small business size standard of 1,000 employees. The contractor shall provide the following items on a Firm Fixed Price basis. Offerors must quantify the warranty term and including shipping FOB Destination to the total price. Item 1: 12-CORE 4U RACK SUPERSAVER Qty: 2 each DESCRIPTION: High computing performance and high storage capacity. 4U Storage Chassis - 26" depth. 4-way Processor and High Storage Capacity Applications. 1800W (2+1 redundant) High-efficiency Power Supply (up to 88%). 24 x 3.5" SAS / SATA Hot-Swap Drive Bays with SES2. 7 x Full-height, Full-length expansion slots. 7 (4 + 3) x 80 x 38mm Hot-Swap Cooling Fans. Power Switch, Reset Switch & 6 LED Indicators. Peripheral Drives- (1) Slim IDE DVD kit (include backplane, cable. Mounting Rail (1) 19" to 26.6" rail set, quick release, tool-less. Full SES support. (Supermicro SC848A-R1800B with MCP-200-000680N and MCP-290-00058-0N or EQUAL) To include: MOTHERBOARD Qty: 2 each DESCRIPTION: Four AMD Opteron 6100 Series processors (Socket G34) 8/12-Core ready; HT3.0 Link Support. AMD SR5960/SR5670/SP5100 Chipset - supports up to four Twelve/Eight Core ready AMD Opteron 6100 series processors. Up to 512 GB of DDR3 Registered ECC 1333/1066/800 or 128GB of DDR3 Unbuffered ECC/non-ECC SDRAM in 32 DIMMs. Intel 82576 Dual-Port Gigabit Ethernet Controller. 6x SATA2 (3.0 Gbps) ports via AMD SP5100 Controller, RAID 0, 1, 10. 2x PCI-e 2.0 x 16 slots, and 1 x UIO slot. Integrated Matrox G200eW Graphics. IPMI 2.0 with Dedicated LAN. (Supermicro MBD-H8QGI-F-TD1 or EQUAL) Item 2: COMPUTER UPGRADE Qty: 2 each DESCRIPTION: Computer Upgrade to new QUAD AMD 12-core Opteron 6172(Supermicro Customized Memory Upgrade new 8GB AMD 12-Core Opteron 6172 or EQUAL) Item 3: COMPUTER MEMORY UPGRADE Qty: 64 each DESCRIPTION: Computer Memory Upgrade to New 8GB DDR3 1333MHZDIMM. (Supermicro or EQUAL) Item 4: CUSTOMIZED DRIVE Qty: 44 DESCRIPTION: Customized Drive Additional 2TB SATA-300 3.5" 7200 RPM. (Supermicro or EQUAL) Equipment shall be factory new. Used, refurbished, or pre-owned equipment will not be accepted. Brand name or equal products will be accepted in response to this solicitation. Offerors 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 award. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Parkway, Rome, NY 13441-4516. 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 3:00 PM, (ET) Friday, 17 June 2011 Submit to: AFRL/RIKO, Attn: Janet Sheehan, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to Janet.Sheehan@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 (if equivalent products are quoted) 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)(10) No past performance is 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 four (4) 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 FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following 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 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 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 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, F.O.B. 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 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 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/FA8751-11-Q-0340/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02465168-W 20110608/110606234819-285ad31eeaabfde715d3844ff2d1ca14 (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.