Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

70 -- Cube Computer

Notice Date
8/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-Q-0458
 
Archive Date
9/10/2009
 
Point of Contact
Elizabeth K. Tallman, Phone: 315-330-1940
 
E-Mail Address
elizabeth.tallman@rl.af.mil
(elizabeth.tallman@rl.af.mil)
 
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 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0458 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090729. 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 total small business set-aside under NAICS code 334111 and small business size standard 1,000 employees. The contractor shall provide the following items on a firm fixed price (FFP) basis: ITEM 1: Cube Computer QTY: 4 MFR P/N: Shuttle Computer Group XPC H7 5800 (OR EQUAL) DESCRIPTION: OPERATING SYSTEM: Windows Vista Business 32Bit Operating System PROCESSOR: Intel Core i7-950 3.06GHZ 4.8GT/S 8M LGA1366 45NM MEMORY: 6GB (3x2GB) PC3-12800 1600MHZ DDR3 NON-ECC DRIVE BAY 1: 1.5TB SATA 3Gb/s 7200RPM 32MB Buffer HDD DRIVE BAY 2: 1.5TB SATA 3Gb/s 7200RPM 32MB Buffer HDD OPTICAL DRIVE: 6X SATA Blu-Ray ROM/DVD-RW Combo GRAPHICS: Radeon HD4870 1GB (2xDVI + S-Video) CHIPSET: Intel X58 + ICH10R AUDIO: Realtek ALC888 7.1 channel High Definition Audio NETWORK: Integrated Dual 10/100/1000 Ethernet ONBOARD CONNECTORS: (3) Serial ATA connectors, (1) ATA133 bus master IDE connector, (2) 2x5 pin USB 2.0 header, (1) Floppy connector, (2) 4pin fan connectors, (1) 12V for main power connector, (1) 12V for standby power connector, (1) PS/2 keyboard/mouse header, FRONT PANEL: (1) eSATA port, (2) USB 2.0 ports, (1) Microphone-In, (1) Headphone-Out, Power-On button, Reset button, Power LED, HDD LED, Bluetooth LED, Wireless LED, BACK PANEL: (2) PCI-E x16 slot, (6) USB 2.0 ports, (2) Gigabit Ethernet port, (2) eSATA port (1) eSATA Power port, (1) Line-in port, (1) Front out port, (1) Side Surround out port, (1) Rear Surround out port, (1) S/PDIF Optical out, (1) Wireless Antenna fixture POWER: 500W, Input:100 - 240V AC, Support 80 PLUS Bronze DIMENSIONS: Height: 7.5 inches, Width: 8.2 inches, Depth: 12.8 inches WEIGHT: Weight must be less than or equal to fifteen (15) pounds Please note, dimensions must be exact as the computers must fit into a custom existing computer rack in a mobile suas ground control station trailer. 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 Order (ARO). The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) WEDNESDAY 26 AUGUST 2009. Submit to: AFRL/RIKO, Attn: Elizabeth Tallman, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-1608 or by email to Elizabeth.Tallman@rl.af.mil Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Past performance information is not required. (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 four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: PRICE and TECHNICAL CAPABILITY. Both factors are of approximately equal importance. The representations and certifications found in the provision at 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 complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, 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 - Alternate I 52.219-28, Post Award Small Business Program Representation 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration 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, applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.227-7015, Technical Data - Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea - Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and DFARS provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue 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 all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/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 (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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-Q-0458/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, 26 Electronic Parkway, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01918335-W 20090821/090820001213-64f888b9bdd083f9f0db7d77ac516c4f (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.