SOLICITATION NOTICE
70 -- COMBO - BINGO Chassis
- Notice Date
- 7/19/2022 7:57:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- FA2396-22-Q-2000
- Response Due
- 7/25/2022 9:00:00 AM
- Archive Date
- 08/09/2022
- Point of Contact
- Bradley Adams
- E-Mail Address
-
bradley.adams.6@us.af.mil
(bradley.adams.6@us.af.mil)
- Description
- GENERAL STATEMENT: This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein. SOLICITATION INFORMATION Solicitation Number:�� {enter RFQ number here} [X] Request for Quotation (RFQ) [�� ] Request for Proposal (RFP) [�� ] Invitation for Bid (IFB) REGULATION IDENTIFICATION: This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 Effective 12 July 2021. NOTICE OF SMALL BUSINESS SET-ASIDE: Set-aside Type� N/A NAICS Size Standard 334111 LISTING/DESCRIPTION OF ITEMS: CLIN # DESCRIPTION QTY UNIT 1 Supermicro A+ Server 2024US-TRT (whole system quote) Server Supermicro 2 Storage/Tape Node AMD EPYC 7643 Processor 48-core 2.30GHz 256MB Cache Processor AMD Part 64GB PC4-25600 3200MHz DDR4 ECC RDIMM RAM Part 2.0TB SATA 6.0Gb/s 7200RPM - 2.5"" - Seagate Exos 7E2000 Series SATA HDD Seagate Part 1.92TB Samsung PM983 Series M.2 PCIe 3.0 x4 NVMe SSD M.2 SSD Samsung Part 3.2TB Micron 7300 MAX Series U.2 PCIe 3.0 x4 NVMe SSD SSD Micron Part 10TB SAS 3.0 12.0Gb/s 7200RPM - 3.5"" - Ultrastar DC HC330 SAS HDD WD Part Supermicro AOC-S3616L-L16iT SAS3/SATA 16-Port Host Bus Adapter (PCIe x8) HBA Card Supermicro Part Supermicro AOC-SLG3-2H8M2 - 2x Hybrid NVMe/SATA M.2 RAID Carrier Acc. card Supermicro Part Mellanox 100GbE Adapter ConnectX-6 EN (2x QSFP56) - PCIe 4.0 x16 NIC Mellanox Part Supermicro - MCP-240-82922-0N-OEM Hot Swap Bay Supermicro Part Supermicro Update Manager Software Supermicro Included 3 Year Depot Warranty (Return for Repair) Warranty Thinkmate Included 2 SuperChassis 826SE1C-R1K02JBOD, 2U SAS3 Simply double JBOD storage enclosure�� (whole system quote) Server Supermicro 4 JBOD/Storage Cluster 8TB SATA 6.0Gb/s 7200RPM - 3.5"" - Seagate Exos 7E8 Series SATA HDD Seagate Part Supermicro CBL-SAST-0677 - External 12Gb/s SAS Cable - SFF-8644 to SFF-8644 (3M) Cable Supermicro Part 3 Year Depot Warranty (Return for Repair) Warranty Thinkmate Included Host Server/Adaptor Adaptor N/A Have on site � DELIVERY INFORMATION: FOB:�� [X] Destination ����������� [�� ] Origin Place of Delivery: ����������� 711HPW/OMCO ����������� 2510 Fifth St., Bldg. 840, Area B ����������� Wright Patterson AFB, Ohio 45433-7913 � Requested Date of Delivery: 6-8 weeks ARO INSTRUCTIONS TO OFFERORS: The provision at FAR 52.212-1, Instructions to Offerors � Commercial (Jun 2020), applies to this acquisition. Addenda: ����������� N/A EVALUATION OF OFFERS: The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (Lowest Price Technically Acceptable or Price Trade-Off) ����������������������� (1) Price (2) Technical Acceptability (a) In order for this quote to be considered �Technically Acceptable� it must meet: ����������� (i) Meet all aspects of the BOM with no substitutes ����������� (ii) ����������� (iii) ����������� The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it�s determined to be in the best interests of the Government. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with your quote. If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote. If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted. CONTRACT TERMS & CONDITIONS: The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. Addenda: ����������� N/A REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2021), applies to this acquisition. The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition: Clause Number Clause Title FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management ADDITIONAL CONTRACT REQUIREMENTS: (1) Offeror shall include all warranty requirements and documentation with quote. (2) Offerors shall identify how long the quote is valid for. Additional provisions and clauses applicable to this requirement: Type Number Title Clause FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Provision FAR 52.204-7 System for Award Management Clause FAR 52.204-13 System for Award Management Maintenance Clause FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment *** (If contract will exceed $35K)***� {delete if unused} Provision FAR 52.211-6 Brand Name or Equal ***if using �or equal� item descriptions*** (Solicitations only) Clause FAR 52.232-39 Unenforceability of Unauthorized Obligations Clause FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors Clause FAR 52.245-1 Government Property ***(Delete if not providing GFP, Do not use for repair contracts if repair item doesn�t exceed SAT)*** Clause FAR 52.245-9 Use and Charges ***(Delete if not providing GFP, Do not use for repair contracts if repair item doesn�t exceed SAT)*** Clause FAR 52.246-16 Responsibility for Supplies Clause FAR 52.247-34 F.O.B. Destination Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause FAR 52.252-2 Contract Clauses Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Clause DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Provision DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Solicitations only) Clause DFARS 252.204-7003 Control of Government Personnel Work Product Provision DFARS 252.204-7004, Alt A, System for Award Management Alternate A (When using 52.204-7) Provision DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls ***(Required if contract is not for a COTS item)*** Provision DFARS 252.204-7011 Alternative Line Item Structure (Solicitations for COTS) Clause DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting ***(Required if contract is not for a COTS item)*** Clause DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Clause DFARS 252.211-7003 Item Unique Identification and Valuation ***(If any IUID boxes are checked (aka unit price over 5K))*** Clause DFARS 252.211-7007 Reporting of Government-Furnished Property ***(If GFP is included in the contract and 52.245-1 is included)*** Clause DFARS 252.223-7008 Prohibition of Hexavalent Chromium ***(Delete if contract is for services, except if for repair service clause is required)*** Clause DFARS 252.225-7001 Buy American and Balance of Payments Program Clause DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Clause DFARS 252.225-7048 Export-Controlled Items Clause DFARS 252.232-7003 Electronic Submission of Payment Requests Clause DFARS 252.232-7006 Wide Area Workflow Payment Instructions Clause DFARS 252.232-7010 Levies on Contract Payments Provision DFARS 252.239-7009 Representation of Use of Cloud Computing ***(Delete if contract is not for IT Services)*** Clause DFARS 252.239-7010 Cloud Computing Services ***(Delete if contract is not for IT Services)*** Clause DFARS 252.225-7012 Preference for Certain Domestic Commodities Clause DFARS 252.243-7001 Pricing of Contract Modifications Clause DFARS 252.244-7000 Subcontracts for Commercial Items Clause AFFARS 5352.201-9101 Ombudsman (Fill-in Text) AFRL/PK Director (Primary) AFRL/PK Deputy Director (Alternate) 1864 4th Street WP AFB OH 45433 Phone: (937) 904-9700 FAX: (937) 656-7321 afrl.pk.workflow@us.af.mil DPAS APPLICABILITY: This requirement is not applicable to the Defense Priorities and Allocations System (DPAS). SOLICITATION CLOSING INFORMATION: Quotes are due by: 25 July 2022, @ 12:00 PM ET. Quotes must be received by the closing date stated above. Submit quotes by email. POINT OF CONTACT: The point of contact for this acquisition for any questions and for submission of quotes is: Name: Bradley J. Adams Title: Contract Specialist Phone #: Email: bradley.adams.6@us.af.mil See attached documents for proper formatting and BOM
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94b04d9fcf2f4f5d8c19598ea7520068/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN06394461-F 20220721/220719230059 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |