Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
SOLICITATION NOTICE

70 -- Sun Server and Equipment

Notice Date
8/1/2007
 
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-0511
 
Response Due
8/13/2007
 
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-0511 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. The contractor shall provide the following items on a firm fixed price basis: Item 1: Sun Fire T2000 Server QTY: 3 P/N: T20Z108A-16GA2D Manufacturer: Sun Microsystems Description: Sun Fire T2000 Server (1) x 1.0 GHZ 8 core Ultrasparc T1 processor; (1) 16GB DDR 2 memory (16 x 1 GB DIMMS); (2) 73GB 2.5 inch 10K RPM SAS hard disk drives; (1) DVD-RO/CD-RW slimline drive; (2) N+1 power supplies; (4) 10/100/1000 ethernet ports; (1) serial port; (3) PCI-E slots; (2) PCI-X slots; Solaris 10 and Java enterprise; system software pre-installed; ROHS-5 compliant (Standard Configuration) Item 2: Power Cord Kit QTY: 6 P/N: X311L Manufacturer: Sun Microsystems Description: Power Cord Kit; localized power cord kit North American/Asian, this product is hazard class Y, ROHS compliant Item 3: Graphics Accelerator QTY: 2 P/N: X3777 Manufacturer: Sun Microsystems Description: Sun XVR-200 graphics accelerator, 2D graphics, 24-bit color, 32 MB frame buffer memory, single slot PCI, max resolution 2048 x 1536, 2 DVI connectors, attach up to 2 monitors at a time for PCI-E systems, ROHS compliant Item 4: SAS Disk Drive QTY: 4 P/N: XRB-SS2CD-73G10KZ Manufacturer: Sun Microsystems Description: SAS disk drive with bracket - 73 GB 10K RPM 2.5 inch, ROHS-6 compliant Item 5: Ethernet Adapter QTY: 2 P/N: X7280A-2 Description: Sun PCI-E low profile dual GigE UTP, low profile bracket on board, standard bracket included. ROHS-6 compliant Item 6: PCI-X Ethernet Card QTY: 2 P/N: X7285A Manufacturer: Sun Microsystems Description: Sun PCI-X dual gigabit Ethernet UTP low profile Item 7: Network Firewall QTY: 2 P/N: SSG-550-001 Manufacturer: Juniper Description: Juniper Networks Firewall SSG 550 Item 8: Copper Network Tap QTY: 4 P/N: TCTHG-K Manufacturer: Network Instrument Description: 10/100/1000 Copper Network Tap Item 9: Copper NTAP QTY: 3 P/N: TAC512-K Manufacturer: Network Instrument Description: Copper Aggregator NTAP, dual analyzer outputs, 512 MB buffer Item 10: 19 inch Rackmount QTY: 1 P/N: TCRM Manufacturer: Network Instrument Description: HW 19 inch rack for copper network tap Item 11: Catalyst Switch QTY: 4 P/N: 2948G-GE-TX Manufacturer: Cisco Description: Cisco catalyst gigabit Ethernet switch - 48 ports, EN, fast EN, gigabit EN-10 base-T 100 base-TX, 100 base-T + 4 SFP (empty) 1U rack mountable Item 12: Power Distribution System QTY: 1 P/N: SRK2XRS038A-IP Manufacturer: Sun Microsystems Description: Distribution system - Sun Rack 1000-38 with power distribution system (PDS) Frame with casters, retma rails, M6 thread, front door, rear door, top panel, 2 side panels, anti-tile bar assembly, Power strip bracket, vertical cable management bracket, robust shipping/integration pallet, Power distribution system with Power cables, 10 x 1.0m Power Jumper Cables, 10 x 2.4m Power Jumper Cables, Standard Design Item 13: Filler Panel Kit QTY: 1 P/N: X6826A-2 Manufacturer: Sun Microsystems Description: Filler panel kit (12RU) for tack, ROHS: Y Item 14: USB Power Cable QTY: 1 P/N: X6828A Manufacturer: Sun Microsystems Description: US Power Cable (Four 220 VAC 20 AMP cables with NEMA L6-20P plugs) Item 15: Keyboard Drawer QTY: 1 P/N: SNK119-8 Manufacturer: I-Tech Description: Medium rackmount 19 inch LCD keyboard drawer with 8 port USB KVM Sun Solaris compatible upgrade KVM cable 6 ft. to 15 ft. cable Item 16: 1 foot Patch Cable QTY: 2 P/N: 05GH-01-C6E-STD-GN Manufacturer: LANShack Description: Cable 1 ft. - CAT 6 shielded custom patch - 568 B straight thru, no label, green. Item 17: 2 foot Patch Cable QTY: 1 P/N: 05GH-02-C6E-STD-GN Description: Cable 2 ft. CAT 6 shielded custom patch cable, 568B straight through, no label, green Item 18: 5 foot Patch Cable QTY: 9 Description: Cable 5 ft. CAT 6 shielded custom patch 568B straight through, no label green Brand Name Justification: The DTW (DODIIS Trusted Workstation) N5 Suite with 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 by DIA and potentially re-certification/re-accreditation. DODIIS Trusted Workstation (DTW) relies exclusively upon the Trusted Solaris Operating Systems (TSOL), Sun Ray Server Software (SRSS), and associated hardware to provide Multi-Level Service (MLS) access to the desktop via the Sun Ray thin client. The Defense Intelligence Agency (DIA) has mandated the use of DTW throughout all DODIIS sites. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of award. The place of delivery, acceptance and FOB destination point is Northrop Grumman Mission Systems, 3200 Samson Way, Bellevue, NE 68123. The provision at 52.212-1, Instructions to Offerors ? Commercial Items (Sep 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 3 PM Monday 13 August 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 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - The following evaluation factors shall be used to evaluate offers: Price and Technical capability. Both 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. Offerors are required to complete only paragraph (k) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2007), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 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) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 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) 252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III (May 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) The following additional DFARS provisions and clauses also apply: 252.211-7003, Item Identification and Valuation (Jun 2005) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, Ombudsman (Aug 2005) is hereby incorporated into this solicitation. 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. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. All contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow ? Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed 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. The following Numbered Notes apply: 1. Point of Contact Jacquelyn Fleet, Contract Specialist, Phone 315-330-3270, FAX, 315-330-2555, Email jacquelyn.fleet@rl.af.mil.
 
Record
SN01358792-W 20070803/070801221158 (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.