SOLICITATION NOTICE
70 -- Backup Remedy Server
- Notice Date
- 9/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- Erwin-F3Z4539111A002-BackupRemedyServer
- Archive Date
- 10/6/2009
- Point of Contact
- Matthew P. Erwin, Phone: 707-424-7793, Amy A. Friberg, MSgt., USAF, Phone: 707-424-7736
- E-Mail Address
-
matthew.erwin@travis.af.mil, amy.friberg@travis.af.mil
(matthew.erwin@travis.af.mil, amy.friberg@travis.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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z4539111A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective date 10 September, 2009; Defense DCN 20090825, effective date 25 August, 2009; and AFAC 2009-0803 effective date 03 August 2009. This requirement will be a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 334111. The business size standard is 1,000 employees. The Federal Supply Class (FSC) is 7050. The Standard Industrial Classification (SIC) is 3571. Travis AFB intends to award a purchase order for the following computer equipment: CLIN0001 - Base Unit:Quad Core Xeon E5405 Processor2x6MB Cache, 2.0GHz, 1333MHz FSB, PE R710 or R410 -Processor:Quad Core Xeon E5405 Processor2x6MB Cache, 2.0GHz, 1333MHz FSB, PE R710 or R410 -Memory:16GB 667MHz (8x2GB), Dual Ranked DIMMs (311-6199) -Video Card:LOM NICs are TOE Ready (430-2968) -Video Memory:Riser with 3 PCIe Slots for PowerEdge R710 or R410 -Hard Drive:146GB 15K RPM Serial-Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3031) -Hard Drive Controller:PERC6i SAS RAID Controller, 2x4 Connectors, Int, PCIe, 256MB cache, x6 Bkpl (341-5734) -Floppy Disk Drive:No Floppy Drive for x6 Backplane (341-3685) -Operating System:No Operating System (420-6320) -NIC:Embedded Broadcom, GB Ethernet NICS with TOE (430-1764) -Modem:Dell Remote Access Card, 5th Generation for PowerEdge Remote Management (313-3923) -CD-ROM or DVD-ROM Drive:Optical Drive Cable, SATA PE R710 or R410,PE1950 (313-6769) -CD-ROM or DVD-ROM Drive:DVD-RW, SATA, Internal (313-6768) -Sound Card:Bezel for PE R710 or R410 -Speakers:1x6 Backplane for 3.5-inch Hard Drives (311-7936) -Documentation Diskette:Electronic Documentation and OpenManage DVD Kit (310-7415) -Additional Storage Products:146GB 15K RPM Serial-Attach SCSI 3Gbps 3.5-in HotPlug HardDrive (341-3031) -Feature:Integrated SAS/SATA RAID 6, PERC 6/i Integrated (341-5729) -Feature:Universal Sliding Rapid/Versa Rails, includes Cable Management Arm (310-7412) -Service:Dell Hardware Warranty Plus Onsite Service Inital YR (984-1399) -Service:Basic Enterprise Support: Business Hrs 5X10 Next Business Day Onsite Service Post Problem Diagnosis Init YR (970-4070) -Service:Dell Hardware Warranty, Extended Year(s) (984-1417) -Service:Basic Enterprise -Support: Business Hrs 5X10 Next Business Day Onsite Service Post Problem Diagnosis 2YR Ext (960-8162) -Service:BASIC Enterprise -Support: Business Hrs 5x10 Hardware Only Tech Phone Support, 3Yr, Declined Software Support (960-8192) Qty: 1 Each Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Jul 2009). FAR 52.212-4 Contract Terms and Conditions (March 2009) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.219-28 Post-Award Small Business Program Representation (April 2009). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (February 2008). FAR 52.222-50 Combating Trafficking in Persons (February 2009). FAR 52.233-4 Applicable Law for Breach of Contracts (October 2004). FAR 52.212-4 Contract Terms and Conditions (March 2009) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.219-28 Post-Award Small Business Program Representation (April 2009). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (February 2008). DFARS 252.225-7001 Buy American Act and Balance of Payments Program (January 2009). DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (April 2003). DFARS 252.204-7003 Control of Government Personnel Work Products. (September 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests. (March 2008) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (April 2009). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (January 2009). AFFARS 5352.201-9101 Ombudsman (August 2005). AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance (April 2003). Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Point of contact is Matthew Erwin, A1C, Contract Specialist, telephone 707-424-7793. If you have any questions, they must be in by 17 September, 2009, 5:00 PM, PST. Please send quotes to matthew.erwin@travis.af.mil or fax to 707-424-5189 NO LATER THAN 21 September 2009, 12:00 PM, PST. Alternate POC is MSgt Amy Friberg, Contracting Officer, telephone 707-424-7736, amy.friberg@travis.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/Erwin-F3Z4539111A002-BackupRemedyServer/listing.html)
- Place of Performance
- Address: Travis AFB, CA, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN01954843-W 20090917/090916000530-439c150b8541a00cb0b8b06aead0f06f (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 |