Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOLICITATION NOTICE

70 -- General Purpose IT Equipment

Notice Date
5/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other 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, NY, 13441-4514, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8751-07-R-0008
 
Response Due
5/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-07-R-0008 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070426. 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 334290 and small business size standard 750 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Disk Shelf Qty: 4 Part No.: DSX-7.OTB-QS-R5-C Manufacturer: NetApp Description: Disk Shelf, 7.0TB, SATA, QS, -C, R5 Item 2: Patch Cable Qty: 8 Part No.: X6530-R6-C Manufacturer: NetApp Description: CBL, 0.5M Patch. FC SFP to SFP, -C, R6 Item 3: Cabinet Hardware Kit Qty: 4 Part No.: X8781-R6-C Manufacturer: NetApp Description: HDW Kit, Add-On Peripheral, Cabinet, -C, R6 Item 4: Disk Fee Qty: 48 Part No.: NRD-FEE Manufacturer: NetApp Description: Non Returnable Disk Fee (Qty of 4 for 12 months) Item 5: SupportEdge Secure Software Qty: 48 Part No.: CS-SEC-4HD Manufacturer: NetApp Description: SupportEdge Secure 7x24 4 hour Onsite Support (Qty of 4 for 12 months) Item 6: Power Cable Qty: 8 Part No.: X800-42U-R6 Manufacturer: NetApp Description: Cabinet Component Power Cable, R6 Item 7: Adapter, FCP, 2-Port Qty: 1 Part No.: X1028B-R6-C Manufacturer: NetApp Description: Adapter, FCP, 2-Port, 4Gb, R6 Item 8: Host Bus FC Adapter Qty: 1 Part No.: X2050B-R5 Manufacturer: NetApp Description: FC HBA for Disk, Op (2) Rev B Brand Name Justification: The Air Force Disaster Recovery Program (AFDRP) PMO (AFRL/IFEB) requires a 28 Terrabyte (TB) Disk Storage Upgrade in support of the North East Regional Service Center (NERSC). Network Appliance equipment is required to update the current operational Network Appliance storage array system configuration at minimum risk and price. Using hardware from the same vendor will ensure that the disk storage device upgrade, in response to increased data requirements for storage and migration, can be managed from a central operational point. The estimated delivery date is 23 JUNE 2007. The place of delivery, acceptance, and FOB destination point is Logistics Application Inc (LAI) Warehouse, 3300 75th Avenue, Landover, MD 20785. The following FAR and DFARS provisions and clauses apply to this solicitation: The provision 52.212-1, Instructions to Offerors-Commercial Items (Sep 2006). Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3PM, 23 MAY 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to jacquelyn.fleet@rl.af.mil. (b)(4) Submit a technical description of the items being offered. (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 five (5) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision 52.212-2, Evaluation-Commercial Items (Jan 1999). The Government intends to award a firm fixed price contract as a result of this RFP to the responsible offeror whose proposal is the most advantageous based on 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 (Nov 2006) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore offerors are required to complete only paragraph (k) of this provision and submit it with their offer/proposal. Offerors shall complete and submit the representations and certifications at 252.212-7000, Offeror Representations and Certifications-Commercial Items (Jun 2005). The clause 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Mar 2007). The following clauses cited within 52.212-5 also apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) The clause at DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007). The following FAR and DFARS clauses cited in 252.212-7001 apply to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005) 252.225-7012, Preference for Certain Domestic Commodities (Jan 2007) 252.227-7015, Technical Data?Commercial Items (Nov 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003, Electronic Submission of Payment Requests (Mar 2007) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) These additional FAR, DFARS, and AFFARS provisions and clauses also apply: 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference, with the following internet addresses filled-in: http://www.arnet.gov/far or http://farsite.hill.af.mil (Feb 1998) 52.252-6, Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (Apr 1984) 252.204-7004 (Alt A), Required Central Contractor Registration (Nov 2003) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) 252.211-7003, Item Identification and Valuation (Jun 2005) 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Jun 2005) 252.225-7002, Qualifying Countries as Subcontractors (Apr 2003) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9001, OMBUDSMAN (Aug 2005). The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. 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.
 
Record
SN01288870-W 20070509/070507220759 (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.