Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

70 -- Server and Peripherals

Notice Date
5/26/2010
 
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
FA8751-10-Q-0270
 
Archive Date
6/24/2010
 
Point of Contact
Charlene Booth, Phone: 315-330-3536
 
E-Mail Address
charlene.booth@rl.af.mil
(charlene.booth@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items to be acquired under FAR Part 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. This solicitation 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) 2005-41 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100519. 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 a small business size standard of 1000 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis. Offerors shall specify the warranty time for hardware. Total price must include shipping FOB Destination. ITEM 1: VIDEO CARD QTY: 1 MFG P/N: Sun Microsystems 3000A OR EQUAL DESCRIPTION: SUN XVR-300 GRAPHICS ACCELERATOR, 2D GRAPHICS, 24-BIT COLOR, 128 MB FRAME BUFFER MEMORY, HIGH RESOLUTION, PCIE X8 INTERFACE AND DUAL DVI-I, ROHS-6 COMPLIANT ITEM 2: MEMORY QTY: 8 MFG P/N: Sun Microsystems SESY2B2Z-N OR EQUAL DESCRIPTION: 4 GB MEMORY EXPANSION (2 X 2 B FBDIMMS) LOW-PROFILE, SECOND GEN 2, 1.8 V, FOR SUN SPARC ENTERPRISE, ROHS-6 COMPLIANT, FACTORY INTEGRATION ITEM 3: DRIVE QTY: 6 MFG P/N: Sun Microsystems SESY3C11Z-N OR EQUAL DESCRIPTION: 146 GB 10000 RPM 2.5-INCH SAS DISK DRIVE, WITH BRACKET (QTY 1), FOR SUN SPARC ENTERPRISE T5120, T5220 AND T5140 SERVERS, ROHS-6 COMPLIANT, FACTORY INTEGRATION ITEM 4: RAIL KIT QTY: 1 MFG P/N: Sun Microsystems SESY9RK1Z-N OR EQUAL DESCRIPTION: SCREW MOUNTED SLIDE RAIL KIT FOR RACK MOUNTING THE SUN SPARC ENTERPRISE T5120, T5220, T5140, AND T5240 SERVERS, ROHS-6 COMPLIANT, FACTORY INTEGRATION ITEM 5: SERVER QTY: 1 MFG P/N: Sun Microsystems SEDAF143Z-N OR EQUAL DESCRIPTION: SUN SPARC ENTERPRISE T5220 SERVER BASE, 1 X 8-CORE 1.4 GHZ ULTRASPARC T2 PROCESSOR, 2ND GENERATION CHASSIS, NO MEMORY, NO DISK BACKPLANE, NO DISKS, NO DVD, 4 X 10/100/1000 ETHERNET PORTS, 1 SERIAL PORT, 4 USB PORTS, 4 DEDICATED PCIE LOW PROFILE SLOT, 2 PCIE LOW PROFILE OR XAUI (10 GB ETHERNET) SLOTS, NO POWER SUPPLY UNITS, FACTORY INTEGRATION, ROHS-6 COMPLIANT, INCLUDES SESY9SG1Z (PREINSTALLED SOFTWARE), 2 EACH SESY9MF1Z-N (MARLIN FILLER PANELS), X311L (POWER CORD KIT), SEDY9LS1Z-N (STANDARD AGENCY LABEL). UID REQUIRED (see DFARS 252.211-7003) ITEM 6: DVD QTY: 1 MFG P/N: Sun Microsystems SESY9DV2Z-N OR EQUAL DESCRIPTION: SATA DVD DRIVE ASSEMBLY WITH 8X DVD+/-RW, SLOT LOAD, SLIMLINE, FOR SUN SPARC ENTERPRISE T5XX0, ROHS-6 COMPLIANT, FACTORY INTEGRATION ITEM 7: BACKPLANE QTY: 1 MFG P/N: Sun Microsystems SEDY9BB2Z-N OR EQUAL DESCRIPTION: 8 DISK CAPACITY 2ND GENERATION DISK BACKPLANE, FOR SUN SPARC ENTERPRISE T5220 SERVER, FACTORY INTEGRATION, ROHS-6 COMPLIANT ITEM 8: MEDIA KIT QTY: 1 MFG P/N: Sun Microsystems SOLZ9-10LC9A7M OR EQUAL DESCRIPTION: CABLE MANAGEMENT, EXPANDED ORACLE SOLARIS 10 10/09 MEDIA KIT, DVD ONLY, NO LICENSE, CONTAINS ADDITIONAL SOFTWARE, MULTILINGUAL, SPARC/X86 ITEM 9: POWER SUPPLY QTY: 2 MFG P/N: Sun Microsystems SEUY9PS51Z-N OR EQUAL DESCRIPTION: POWER SUPPLY Offerors shall specify 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 award. The place of delivery, acceptance, and FOB Destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441. The following 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 (ET) WEDNESDAY 9 JUNE 2010. Submit to: AFRL/RIKO, Attn: Charlene Booth, by email at charlene.booth@rl.af.mil, by fax to 315-330-2555 or by mail to 26 Electronic Parkway, Rome NY 13441-4514. (b)(4) Submit a technical description of the items being offered (only if non-Sun manufactured products are being offered). (b)(10) No past performance information is required. (b)(11) INCLUDE A STATEMENT VERIFYING that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clauses applies to certain products with unit price of $5,000 or greater. (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. 52.212-2 Evaluation-Commercial Items. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE, (ii) TECHNICAL CAPABILITY, and (iii) Sun Microsystems Authorized Reseller status (or equivalent certification or status if quoting products manufactured by a company other than Sun Microsystems); 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 (B) of this provision with their quote. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply: 52.219-6 Alt I, Notice of Total Small Business Aside 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 52.222-36, 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 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 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 Alt III, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR, DFARS and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN with the following filled in: Karen 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. Offerors 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 online at http://www.wawftraining.com. The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-A7 to this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0270/listing.html)
 
Record
SN02161572-W 20100528/100526235809-a84f1e0b6862fa087e2aff1ed867edd1 (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.