Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

70 -- Sun Server and Cisco Switch

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer 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-Q-0463
 
Response Due
8/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes 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-Q-0463 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070531. 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 334111 and small business size standard of 1000 employees. The offeror shall provide the following items on a firm fixed price basis: Item 1: Server, Sun Fire V240 Qty: 1 Description: 2 x 1.5 GHz Ultrasparc III processors, 1MB L2 cache per processor, 2GB memory, 2 x 73 GB, 10K RPM Ultra 3 SCSI LVD disk drives, 2 x 10/100/1000 MBPS Ethernet ports, N+1 power supply, 1 x 66 MHz 64-bit wide PCI slot, 2 x 33 MHz 64-bit wide PCI slots, SYS configuration card, Sun Advanced Lights Out Manager preinstalled, JAVA Enterprise SYS Release 2 preinstalled, Solaris 10 operating system preinstalled, N32XK42CI1204HB. Item 2: Kit, Memory Expansion Qty: 2 Description: 1 GB memory expansion kit (2*512MB) Low-Profile DDR PC2100 or faster registered ECC DIMMS, X7703A-4 Item 3: Hard Drive, Internal Qty: 4 Description: CSI hard drive - internal 146GB 10K RPM Ultra 3 SCSI disk with barrier plate, X5268A Item 4: Card, PCI Interface Qty: 1 Description: Sun Gigaswift Ethernet MMF PCI network interface card, X4151A Item 5: DVD-ROM Drive, Internal Qty: 1 Description: Slimline, ROHS-5 compliant, X7410A-4 Item 6: Graphics Accelerator Qty: 1 Description: XVR-100 graphics accelerator, 2D graphics, ROHS-6 compliant, X7296A Item 7: Kit, Power Cord Qty: 1 Description: Kit, Power Cord. Localized power cord kit North American/Asian. Hazard Class Y, ROHS compliant, X311L Item 8: Warranty, Server Qty: 1 Description: Warranty upgrade to 1 year silver support, W9D-N32-1S Item 9: Switch, Catalyst Qty: 1 Description: New Cisco Catalyst 2948G-GE-TX Gigabit Ethernet switch - 48 ports, EN, Fast EN, Gigabit EN-10 Base-T 100 Base-TX, 100 Base-T + 4 SFP (empty) 1-U-Rack-Mountable The following Brand Name Justification is under authority of 10 USC 2304(c)(1). The Sun Microsystems items contain the necessary hardware, software, and licenses required to allow DTW (DODIIS Trusted Workstation) SRSS (Sun Ray Session Servers) to connect to the unclassified network (NIPRNET). The DTW N5 suite is a tightly controlled baseline that has been certified and accredited by DIA (Defense Intelligence Agency) to allow access to the unclassified network. Any change or substitution to this baseline would require evaluation and possible recertification or reaccreditation by DIA. DTW relies exclusively upon the SRSS and associated hardware to provide MLS (Multi-Level Service) access to the desktop via the Sun Ray thin client. DIA has mandated the use of DTW for all DODIIS sites. Offerors shall provide at least the same warranty terms, including extended warranties, offered to the general public in customary commercial practice. Delivery is required as soon as possible after award. The place of delivery, acceptance, and FOB destination point is Department of Defense, Suite 6906, Attn: X26/DNI/CES KPDY Rizzutto, 1472 Dorsey Road Doors 1/2/3, Hanover MD 21076-1429. The following FAR, DFARS, and AFFARS provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda: (b) Written quotes are due by 3 PM Wednesday 01 August 2007. Submit to: AFRL/IFKO, Attn: George Olney, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to george.olney@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. 52.212-2 Evaluation-Commercial Items. The Government intends to award a firm fixed price contract as a result of this RFQ to the responsible offeror whose quote is the most advantageous based on price, delivery, ability to support manufacturer warranty, and technical capability. All factors are of equal importance. 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 at http://orca.bpn.gov. Offerors are required to submit paragraph (k) of this provision with their quote. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 (Dev) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation) 52.204-7 Central Contractor Registration 52.219-6 Notice of Total Small Business Set Aside 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 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination 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 52.252-6 Authorized Deviations in Clauses with the following filled-in: Defense Federal Acquisition Regulation Chapter 2 252.204-7004 (Alt A) Required Central Contractor Registration Alternate A 252.212-7001 (Dev) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Countries as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III 5352.201-9101 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.
 
Record
SN01351913-W 20070727/070725221316 (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.