Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2007 FBO #2068
MODIFICATION

70 -- SUN Unix Systems Hardware and Software

Notice Date
7/24/2007
 
Notice Type
Modification
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2VVJ87080A100
 
Response Due
7/26/2007
 
Archive Date
8/10/2007
 
Point of Contact
Alyson Bartol, Contract Specialist, Phone 813-828-0486, - Douglas Willard, Contracting Officer, Phone 813-828-4731, Fax 813-828-5111,
 
E-Mail Address
alyson.bartol@macdill.af.mil, douglas.willard@macdill.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Description ***This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and is current as of FAC 2005-18, DCN 20070531, and AFAC 2007-0531. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is set aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). The North American Industry Classification System code (NAICS) is 334111 the size standard of which is 1000 Employees.*** DESCRIPTION: SUN Unix Systems Hardware and Software Maintenance. This is 100% SDVOSB Set-aside for the following:*** Group Items 1 thru 6 are Brand Name Only. The appropriate Justification and Approval is on file with this agency. Group Item 7 is brand name or equal. Group Item 1 SR9-2XKL038A-IP SUN Rack 900, empty rack w/o power, RoHS compliant - quantity 1;X6826A-2 Filler panel kit, RoHS compliant - quantity 2; X6839A-2 Rackmount kit for SUN StorageTek D240 Media tray, RoHS compliant - quantity 1; XTA-3000-2URK-19UZ SUN StorEdge 3000 2U Universal Rack, sliding rail kit, RoHS-5 compliant - quantity 1*** Group Item 2 SYS2900B-4-1800-Z Sun Fire E2900 Server: Bundle includes 1 * CPU Memory Board with 4 * 1.8 GHz UltraSPARC IV+ Processors (32 MB L3 cache each) and 32 GB of DRAM (32 * 1 GB DIMMs), 2 * 146 GB 15000 RPM disks, 1 * DVD-ROM, 2 * Gb Ethernet ports, 1 * Ultra320 SCSI port, 4 * AC power supplies (2N redundancy), 6 * PCI+ I/O slots, 1 * cable management arm, 1 * rail kit, RoHS-5 Compliant - quantity 1; X321L North American/Asian Power Cord Kit, RoHS Compliant - quantity 1; E29BRD484-1800-Z Sun Fire E2900 CPU/memory board with: 4 * 1.8GHz UltraSPARC IV+ processors (each with 32MB L3 cache) and 32GB memory (32 * 1GB DIMMs per board). (Standard configuration) For use with the Sun Fire E2900. RoHS-5 compliant - quantity 1; X4151A Sun GigaSwift Ethernet MMF PCI Network Interface Card - quantity 2; SGXPCI2SCSILM320-Z Sun StorEdge PCI Dual Channel Ultra320 SCSI Host Bus Adapter, RoHS-6 Compliant - quantity 2 SG-XPCI2FC-QF2-Z 2 GB Dual Fibre Channel PCI-X Host Bus Adapter, RoHS 6 Compliant - quantity 2*** Group Item 3 XTA-MT3-H4Z Sun StorEdge D240 Media Tray with 4 Disks, (2 x 73 GB Disks, 2 x 73 GB Disks), Full LVD, RoHS-5 Compliant - quantity 1 Group Item 4 XTA3510R01A1R876Z Sun StorageTek 3510 Fibre Channel Array, Rack ready, 876 GB (12 * 73 GB 10,000 RPM disks), FC-AL Hardware RAID controller, 1 GB Cache, 2 * AC Power Supplies. Sun StorEdge Configuration Service, RoHS-5 Compliant - quantity 1; NCSS9-230-W9NR Sun StorEdge 3000 Family Software and Documentation 2.3. Includes Configuration Service 2.3, CLI 2.3, and Diagnostic Reporter 2.3 Software; Unlimited RTU, Installation and Configuration Documents, and SE3000 Family Documentation on CD-ROM - quantity 1; X9732A-Z LC to LC Fibre Channel Optic Cable, 2 M, RoHS-6 Compliant - quantity 4 EBA9S-301-E9M9 Enterprise StorEdge Management Base Applications Software Kit, includes media & amp; documentation, Sun Storage Automated Diagnostic Environment 2.4, Sun SAN Foundation Software 4.4.5, Storage Portlets, No charge when purchased with Sun StorEdge arrays - quantity 1*** Group Item 5 SG-XAUTO16LTO3-C2 Sun StorageTek C2 Tape Autoloader, 1 LTO 3 LVD SCSI Full-Height Drive, 16 Cartridge Slots, 2U Rackmount, RoHS-6 Compliant - quantity 1; M-LTOCL-5PK-LBL Sun StorageTek LTO Universal Cleaning Cartridge, Labeled, 5 pack - quantity 1; M-LTO3-LBPK-VERT Sun StorageTek LTO 3 Media, 400GB Capacity, Vertical Label, Library Pack of 20 - quantity 2*** Group Item 6 X3830A-Z 4-meter HD68 to VHDCI differential Ultra SCSI cable, RoHS-6 compliant - quantity 3*** Group Item 7 Equipment from Dell or equal 29 2407FPW 24-inch Dell 2407WFP Ultrasharp Flat Panel Monitor Wide ? quantity 6***Equipment from Dell or equal 313-4030 AS501 Sound Bar for Select Dell Ultrasharp Flat Panel LCD Monitors ? quantity 6***Equipment from Dell or equal A0458169 Ergotron LX Desk Mount LCD Arm, silver ? quantity 1***Equipment from SmartVM.com or equal KVM-DW-ANSI ANSI Terminal in 1RU Drawer, RS232 and Ethernet Interface ? quantity 1***Equipment from American Power Conversion Corp (APC) or equal AP7998 APC Rack PDU, switched, 0U, 12.5kW, 208V 3PH, (21) C13&(3)C19 out, 10' cord ? quantity 2***Equipment from American Power Conversion Corp (APC) or equal AP7404 APC Bracket Kit, OU PDU, Sun Rack 900 ? quantity 2*** For performance/delivery to HQ USCENTCOM CCJ8 7115 S. BOUNDARY BLVD MACDILL AFB FL 33621-5101 TEL: 813-827-5975 PLEASE NOTE: Quotes will be evaluated on price. Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. Bidders shall qoute on all items or none. Please ensure all quotes are complete and accurate, all information is filled out, and required clauses are complied with, otherwise the quotation will be rejected for being non-responsive. The winning contractor will be issued an award corresponding to this solicitation, candidates must include a phone number and/or email address, be registered on the central contractor registration (CCR), ORCA or provide representations and certifications as found in FAR 52.212-3 and 252.212-7000, and not found ineligible for award on the Excluded Partied List System EPLS. Quotations are due no later than 12:00 PM EST on July 26, 2007 to Alyson Bartol by e-mail to alyson.bartol@macdill.af.mil or by fax at (813) 828-6156. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or <http://safaq.hq.af.mil/contracting>): FAR 52.204-7, Central Contractor Registration, FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.219-27, Notice of Total Service-disabled Veteran-Owned Small Business Set-Aside, FAR 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; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). ***NUMBERED NOTE 29 APPLIES TO THIS SOLICITATION.***
 
Place of Performance
Address: 2606 Brown Pelican Ave, MacDill AFB, FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01350583-W 20070726/070724221542 (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.