SOLICITATION NOTICE
58 -- Network Appliance - FA8751-12-Q-NETA
- Notice Date
- 7/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus 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
- FA8751-12-Q-NETA
- Archive Date
- 8/4/2012
- Point of Contact
- Daniel Merrick,
- E-Mail Address
-
daniel.merrick.ctr@rl.af.mil
(daniel.merrick.ctr@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FA8751-12-Q-NETA Representations & Certifications Addendum 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; 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 FA8751-12-Q-NETA 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) 2005-58 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120629. 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 Small Business Set-Aside under NAICS code 334210 and small business size standard of 1000 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis. Offerors must quantify the warranty terms and include shipping FOB destination in the total price. ITEM 01: Network Appliance QTY: 10 DESCRIPTION: -Trinzic 1410 with Network Services One and Grid (P/N TE-1410-NS1GRID-AC) OR EQUAL -Includes Unique Item Identifier (UII/UID) - see DFARS 252.211-7003 -30,000 DNS queries per second -210 DHCP leases per second -Four 1 GE optional or copper SFP interface -One HDD300 disk -One 10/100/1000 Base-T Ethernet Lights Out Management (LOM) port, IPMI 2.0 compliant -DB-9 (9600/8n1, Xon/Xoff) serial port -One USB 2.0/1.1 compliant USB port -90-264 VAC switchable, 47-63 Hz, 450W output power AC power supply unit -Enclosure 1U rack mountable -Supports field replaceable hard drive and power supply -Unit Identification Button / LED -Modular, layered grid architecture allowing appliances to perform and be managed as a unified system -Allows configuration data and update push from central unit, monitoring of member operations, synchronization of member changes into central database, and prevention of single points of failure through interconnected failover features ITEM 02: Premium Maintenance for Network Appliance QTY: 1 Year DESCRIPTION: -P/N TE-MAIN-1410-NS1GRID-AC-01 OR EQUAL -Pre-installed on hardware platform in manufacturing -Toll free, email, and web contact -Support portal with knowledge base; software upgrades, tools, and product document available to download; case management tools to report problems and track progress online -Access to latest software releases and patches -Available 24 hours per day all days of the year -Response time typically within 1 hour -Technical escalation -Management escalation -Advanced replacement for defective hardware, next business day delivery (CONUS) after RMA issued -Discounted spares for self-service hardware maintenance ITEM 03: Professional Support, Medium Engagement, including travel QTY: 5 Days DESCRIPTION: -P/N IB-SVC-PS-MEDIUM-5DAYMAX OR EQUAL -Initial investigation, data migration, appliance configuration, and cutover support -Maximum number of servers for data migration: 6 -Maximum number of appliances on grid: 10 -Maximum dataset capacity (number of records): 150,000 NetMRI -Maximum number of NetMRI servers: 3 -8 hours per day 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 within 60 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance, and FOB destination point is: 26 NOS, 416 E Moore Drive, Maxwell AFB-Gunter Annex AL 36114. 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) FRI 20 JUL 2012. Submit to: AFRL/RIKO, Attn: Daniel Merrick, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2001 or by email to Daniel.Merrick.ctr@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 specifications identified above. This may include product literature or other documentation necessary. (b)(10) No past performance is required. (b)(12) If the offer is not submitted on the SF1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (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 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: (i) PRICE and (ii) TECHNICAL CAPABILITY. Both factors are of equal importance. The representations and certifications found in the provision at FAR 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 via https://www.acquisition.gov. Also, offerors shall complete and submit the representations and certifications at DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal Or State Law (Deviation), and DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. For your convenience, paragraph (b) of 52.212-3, 252.209-7998, and 252.209-7999 are provided in the attachment to this solicitation. 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' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside Alternate I 52.219-28, Post Award Small Business Program Rerepresentation 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies 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 252.225-7001, 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 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/FA8751-12-Q-NETA/listing.html)
- Record
- SN02802513-W 20120715/120713235207-4b0c88ed011c6fcf681a4a22fe100956 (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 |