Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

70 -- 1U Dual Cell-Based System - Server

Notice Date
9/9/2010
 
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-0554
 
Archive Date
10/1/2010
 
Point of Contact
Robert Gigliotti, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures, 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 FA8751-10-Q-0554 is issued as a Request for Quote. 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 small business size standard of 1000 employees. The contractor shall provide the following items on a firm fixed price (FFP) basis; including the cost of shipping FOB Destination: The item listed below is a viable working solution for the requirement; however, offerors may propose equivalent products that meet or exceed the minimum technical specifications. If offerors fail to meet or exceed the minimum technical specifications the quote will be deemed technically unacceptable and will not be considered for the requirement. Item 1: 1U Dual Cell-Based System - PowerXCell 8i Qty: 1 Mfr: Mercury Computer Systems Specs: Dual PowerXCell 8i Processors PPE core: IBM® 64-bit Power Architecture L1 cache size: 32 KB instruction; 32 KB data L2 cache size: 512 KB SPEs: 8 Local store: 256 KB Registers 128 x 128 bits wide EIB: 205 GB/s sustained aggregate bandwidth Processor internal clock speed: 3.2 GHz Processor-to-memory bandwidth: 25.6 GB/s Processor-to-processor coherent interface: 20 GB/s in each direction Memory Processor DDR2 memory Each processor Base system includes 4 GB per processor Organized as 4 DIMM sockets per processor, 2 DIMMs per channel Supports 1-, 2-, or 4-GB DIMMs for a maximum of 16 GB per processor Southbridge DDR2 memory (optional) Each companion chip: 1-GB DIMM ECC support Single-bit correct; double-bit detect on DDR2 Flash: 32 MB NVRAM: 1 MB Flash module (optional) 8 GB I/O Subsystems Serial ports: 1 (dedicated for management functionality) USB ports: 2 Ethernet ports: 2 10/100/1000 Mb Supports advanced RAS system management via a dedicated Ethernet connection. InfiniBand option (this makes 3 Ethernet ports in total) 10 Gigabit Ethernet option System Management System Management Module Baseboard Management Controller MultiCore Plus SDK Software (32/64-bit application support) MCF (MultiCore Framework): PPE/SPE TATL (Trace Analysis Tool and Library): PPE/SPE SAL (Scientific Algorithm Library): PPE/SPE PixL (Image Processing Algorithm Library): PPE MCPDIAGS (MultiCore Plus Diagnostics): PPE/SPE SPEAD-K (SPE Assembly Development Kit): SPE Operating System Fedora Linux Size Length: 30 in Width: 17.15 in (19-inch EIA rackmount) Height: 1.73 in (1U) Weight: <45 lb Airflow: Required <90 CFM @ MSL Noise: Complies with ETS 300 753 Electrical: 100-240VAC, 50/60 Hz Power Consumption Idle: 310W Typical: 410W Maximum: 440W Maximum: 580W (fully configured) Environmental Ambient temperature: 0°C to 45°C Humidity: 5-80% non-condensing Altitude: 10000 ft* *Maximum ambient temperature is de-rated to 32°C beginning at 3000 ft. Compliance European Directive 2002/95/EC (RoHS 5/6 Server Exemption Directive) Safety: UL/EN/IEC 60950-1:2001 EMC: EN 55022, EN 61000, EN 55024:1998, FCC Class A, VCCI, AS, NZS, CISPR22:2006 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 60 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) THURSDAY,16 SEPTEMBER 2010. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@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) 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 clause applies to certain items with unit price greater than or equal to $5,000. (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 3 (three) 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 52.212-2, Evaluation -- Commercial Items applies. 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. Therefore, 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 52.222-36, 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 The clause at 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 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 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. 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 quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0554/listing.html)
 
Place of Performance
Address: 148 Electronic Parkway, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02275379-W 20100911/100910000422-d463f74f079a797a4ea2a1e94963cccf (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.