Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOLICITATION NOTICE

70 -- Server and Equipment

Notice Date
9/6/2007
 
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-0529
 
Response Due
9/13/2007
 
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-0529 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) 2005-19 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070828. 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 contractor shall provide the following items on a firm fixed price basis: Item 1: IBM System x3650 Qty: 6 IBM 7979AC1 or equal Includes the following specifications: (1) 3207 Rack Location U07, (1) 8294 System Documentation and Software-US English, (1) 7979AC1 IBM System x3650, (4) 0544 2GB PC2-5300 CL5 ECC DDR2 Chipkill FBDIMM 667 MHz, (5) 0879 3.5 inch HDD Filler Bezel, (1) 0963 Dummy Heatsink, (1) 0975 Rack Kit, (1) 0977 3.5 inch SAS Bay Support kit, (5) 0979 Cooling Fan Asm, (1) 1186 Base, (1) 1671 IBM ServerRAID 8k- I SAS Controller, (1) 1968 xSeries 835W Redundant Power Option, (1) 2005 Entry Cable Management Arm, (1) 2306 Rack Installation >1U Component, (1) 2471 3.5 inch SATA Hot Swap Enabled System, (1) 2685 RF2 System Planar, (1) 2750 Box level code RF2, (1) 2816 Quad-Core Intel Xeon Processor E5345 (2.33GHz 8MB L2 1333MHz 80w), (1) 2101 Install in Rack 01, (1) 3215 Rack location U15, (1) 3751 3m Console Switch Cable (USB), (1) 4144 CD-RW/DVD Combo V Ultrabay Enhanced, (1) 4334 PCI-Express Riser card, (1) 5530 750GB 3.5 inch Hot-Swap SATA II, (2) 6311 Rack Power Cable-2.8m, 100-240V C13 to IEC 320-C14 (WW), (1) 8072 Gernal Racking Solution, (1) 8086 No Publications Selected, (1) 8971 Integrate in manufacturing, (1) 9011 Internal RAID-Cabled only, Set up by Customer Item 2: Flat Panel Kit Qty: 1 IBM 1723HC1 or equal Includes the following specifications: (1) 1723HC1 Flat Panel Kits, Trays and Shelves, (1) 1072 1U 15in console kit base without keyboard, (1) 1301 Install in Rack 01, (1) 3220 Rack location U20, (1) 6263 4.3m, 10A/100-250V, C13 to IEC 320-C14 Rack Power Cable, (1) 8072 General Racking Solution, (1) 8660 IBM Keyboard with Integrated Pointing Device USB-US English 103P, (1) 8971 Integrate in manufacturing Item 3: Rack Mount UPS Qty: 1 IBM 2130RUI or equal Includes the following specifications: (1) 2130RUI IBM Rack Mount UPS, (1) 1079 UPS7500XHV base, (1) 3101 Install in Rack 01, (1) 3201 Rack location U01, (1) 8072 General Racking Solution, (1) Integrate in manufacturing Item 4: Rack Cabinet Qty: 1 IBM 9308RC4 Includes the following specifications: (1) 9308RC4 NetBAY Enterprise Rack Cabinet, (1) 1045 Enterprise 42U Primary Cabinet, (1) 2304 Rack Assembly 42U, (1) 3101 Install in Rack 01, (3) 4271 1U black plastic filler panel, (4) 4275 5U black plastic filler panel, (4) 5950 DPI Universal Rack PDU Module (WW), (1) 8072 General Racking Solution, (1) 8971 Integrate in manufacturing, (1) 9125 4-bay arrangement, (1) 9134 use 200V (high voltage) Item 5: Onsite Repair Service Qty: 1 IBM 6756031 or equal Description: 3 Year Onsite Repair 24x7 4 Hour Response 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 AFRL, 148 Electronic Parkway, Rome NY 13441-4516. 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 quotes are due at or before 3 PM Thursday 13 September 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to jacquelyn.fleet@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Past performance may be obtained by the Government from sources inside or outside the Government in order to determine responsibility. Offerors are not required to submit past performance information. (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 three (3) 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: 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: 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005) 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) 252.225-7000, Buy American Act--Balance of Payments Program Certificate (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, 315-330-7513, Email jacquelyn.fleet@rl.af.mil.
 
Record
SN01397042-W 20070908/070906221148 (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.