Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2012 FBO #3954
SOLICITATION NOTICE

70 -- Dell R815 Servers

Notice Date
9/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
LGCC091912
 
Archive Date
10/9/2012
 
Point of Contact
Umar A. Thomas, Phone: 2106712812
 
E-Mail Address
umar.thomas@us.af.mil
(umar.thomas@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Dell R815 Servers This is a combined synopsis and 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 will not be issued. This solicitation number LGCC091912, is being issued as a Request for Quotation (RFQ). The contractor shall provide all materials, labor, equipment, tools and supervision necessary to conduct services listed below. The following line items will be included in this request, please provide the unit price and total price for each line item when submitting the quote: LINE ITEM 0001 - R815 Chassis for up to six 2.5 inch hard drives (224-8310), PowerEdge R815 Shipping (330-8350), 126Gb memory, (8x16Gb), 1600Mhz, Dual ranked RDIMMs, for 4 processors (317-8874), Memory for up to 4 CPU platforms (317-9000), Server DIMM slot blank, quantity 12 (317-0027), Server DIMM slot blank, quantity 12 (317-0027), Two embedded Broadcom 5709C dual-port controllers (430-4468), 2x AMD Opteron 6276, 2.3GHz, 16C, turbo core, 16M 12/16M L3, 1600Mhz, max mem (317-8240), PowerEdge RX15 Heatsink (330-8351), Upgrade to four AMD Opteron 6276, 2.3Ghz, 16C, Turbo CORE, 16M L2/16M L3, 1600 Mhz, max mem (317-8250), PowerEdge RX15 Heatsink (330-8351), PowerEdge RX15 Heatsink (330-8351), 146Gb 15K RPM serial-attach SCSI 6Gbps 2.5in Hotplug Hard drive (342-0427), PERC H700 integrated RAID controller, 1Gb NV Cache (342-1571), H700 integrated cable, PowerEdge R815 (330-8924), Performance BIOS setting (330-3492), No operating system (420-6320), Broadcom NexXtreme II 57711 10Gbe NIC w/TOE and iSOE, Dual Port, SFP+, PCIe-8 (430-0650), SFP+, PowerConnect 10GBASE-SR Multi-Mode SFP+ Optics, LC-LC (330-6749), iDRAC6 Enterprise (467-8648), DVD ROM, SATA, Internal (313-9092), PowerEdge RX10/X15 Bezel (313-9263), Electronic System Documentation and OpenMange DVD Kit (330-9886), 146GB 15K RMP Serial-Attach SCSI 6Gbps 2.5 in Hotplug Hard Drive (342-0427), RAID 5 for PERC H700 Controller (Non-mixed drives) (342-0921), ReadyRails sliding rails without cable management arm (330-9420). LINE ITEM 0002 - 3 Ea, Dell hardware limited warranty plus on the site service initial year (909-3877), Dell hardware limited warranty plus on site service extended year (909-4018), Mission critical package: 4-hour 7x24 on-site service with emergency dispatch, initial year (927-2080), Mission critical package: 4-hour 7x24 on-site service with emergency dispatch, 2 year extended (923-8332), MISSION CRITICAL PACKAGE: Enhance Services, 3 Year (909-4068), Thank you choosing Dell ProSupport. For tech support, visit http://support.dell.com/ProSupport 1-800-9-(989-3439), 1100 Watt redundant power supply (330-9292), Power cord, NEMA 5-15P to C13, 15 amp, wall plug, 10 feet/ 3 meter (310-8509), Power cord, NEMA 5-15P to C13, 15 amp, wall plug, 10 feet/ 3 meter (310-8509), 146GB 15K RPM Serial-Attach SCSI 6Gbps 2.5 in Hotplug Hard Drive (342-0427), Brocade 825 dual-port 8 Gbps FC host bus adapter (342-7601). These requirements shall meet compatibility/interoperability requirements and have the following capabilities: 1. See Attached RFQ document and PWS. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. This procurement is being issued as 100% Small Business Set-Aside. The associated North American Industry Classification System (NAICS) for this procurement is 334111 and the Standard Size is 1,000. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Please include Cage Code, DUNS number, and Federal Tax Identification Number with this quote. The provisions at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation, and provides the best value to the Government. The evaluation process will be based on technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. The award will be based on the aggregate total.. The clause at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications On-line at http://orca.bpn.gov/publicsearch.aspx. The contractor must be CCR registered, the website is: http://www.ccr.gov/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV), applies to this solicitation. The following clauses also apply to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.233-3, Protest After Award, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, authorized Deviations in clauses, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.228-5, Insurance-Work on a government installation, FAR 52.204-7, Central Contractor Registration, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible veterans, 52.222-50, Combating Trafficking in Persons, FAR 52.223-5 Pollution Prevention and Right-to-Know Information, FAR 52.223-18, Contractor Policy to Band Text Messaging While Driving, FAR 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.247-34, F.O.B. Destination, DFARS 252.204-7004 Alternate A, Central Contractor Registration (52.204-7) Alternate A, DFARS 252.212-7001 Contract Terms and Conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items (Deviation), DFARS 252.232-7003, Electronic Submission of Payment Requests, 252.212-7001, Contract terms and conditions required to implement statutes or Executive orders applicable to Defense acquisitions of commercial items. 5352.201-9101, Ombudsman, The Lackland AFB clauses: Lackland 0003, POC and Payment Information, Lackland 0007, ADDENDUM to 52.212-4, Lackland 0009, Cell Phone Usage, Lackland 0010,Security Requirements, Lackland 0013 Contractor Personnel Conduct, Lackland 0014, Contract Work, applies to this solicitation. Quotes are due no later than 9:00 AM CST, 24 Sep 12, and should reference the solicitation number LGCC091912 listed above. Quotes must be good for at least 30 days. Please email or fax quotes to: ATTN: SSG Umar Thomas, e-mail umar.thomas@af.mil ; fax: (210) 671-2739, please submit any questions in writing to SSG Thomas via e-mail, you may also address any concerns to (210) 671-2812.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/LGCC091912/listing.html)
 
Place of Performance
Address: 802d Contracting Squadron, 1655 Selfridge Ave, Lackland AFB, TX, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02890646-W 20120921/120920002220-2211148fde18cb691fcbe112e4a043dc (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.