SOLICITATION NOTICE
70 -- Server
- Notice Date
- 9/1/2010
- 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-0536
- Archive Date
- 9/23/2010
- 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) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100820. 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: Server MFR/PN: Boxx Technologies 8550 Series or Equal Qty: 1 Configuration: - WS DUAL XEON X5680 3.33GHz, 12MB cache, 1333 MHz, 6.4 GT/s QPI (Six-Core) - 48GB DDR3- 1333 REG ECC (12 - 4GB DIMMS) - 3 x ATI Fire Pro V8800 - (NCNR) - ATI Fire Pro S400 Sync Card - (NCNR) - RAID 0 Configuration - 160GB SSD SATA - 7 x 256GB SSD SATA - Blu-Ray RW Drive - Playback Not Supported on Windows XP64 with more than 16 Cores - Microsoft Windows 7 Ultimate Edition 64-Bit - USB Keyboard - Logitech LX3 Optical Mouse - 3 YEAR LIMITED WARRANTY Additional Specifications - Intel Xeon 5600 Processors Liquid Cooled - Intel 5520 Chipset + ICH10R RDIMM ECC DDR3-1333Mhz (12) DIMM Slots (6) 3.0 GB Serial ATA ports (RAID 0, 1, and 10) (2) 6.0 GB Serial ATA ports (2) E-SATA ports (2) Gigabit Ethernet ports HD Audio (Front Panel Mic + audio out) (10) USB 2.0 Ports: (4) Front, (6) Rear (2) USB 3.0 Ports: (2) Rear 1500W Power Supply 4U: X"w x x"h x X"d Must have the ability to accomdate the following expansion options: (8) 2.5" hard drive bays (1) 5.25" drive bays (4) PCI Express x16 (3) PCI Express x16 (x8 Mode) 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 8 September 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 in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (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 three (3) 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 and (ii) TECHNICAL CAPABILITY; both 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 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-0536/listing.html)
- Record
- SN02264844-W 20100903/100902000244-1f4ebedc276a1c33e70d00c894d8e1d6 (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 |