Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
MODIFICATION

70 -- Integrated Workstation

Notice Date
8/23/2011
 
Notice Type
Modification/Amendment
 
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
FA8751-11-R-0024
 
Archive Date
9/26/2011
 
Point of Contact
Terry L. Rigabar, Phone: 315-330-2949
 
E-Mail Address
Terry.Rigabar@rl.af.mil
(Terry.Rigabar@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
--- AMENDMENT 02 dated 23 Aug 2011: The quantity is decreased from 4 to 2. All other terms and conditions remain the same. --- --- AMENDMENT 01 dated 18 Aug 2011: The quantity is increased from 2 to 4. All other terms and conditions remain the same. --- This is a solicitation for commercial items to be acquired 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-R-0024 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110725. 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. The NAICS code is 334111 and small business size standard is 1000 or fewer employees. The contractor shall provide the following line items on a Firm Fixed Price (FFP) basis. Offerors must quantify the warranty terms and include shipping FOB Destination in the total price. Item 1: Integrated Ruggedized Bladecenter Assembly Qty: 2 *All products must be configured prior to delivery. *Offers of products which are equal or superior to the brand name items specified below will be considered and evaluated (see FAR 52.211-6). Receiver module including: (Qty 4) ICE GIGExDR2 modules; (Qty 1) USB Port; (Qty 1) 10 MHz & 1PPS clock; (Qty 1) 10 MHz, 1PPS & IRIG distribution solution; Socket/mounting areas for: (Qty 4) Government-furnished DRS Nanoceptor receivers; all associated cabling must be included. (Qty 1) Gigabit Ethernet Switch Module networking all internal components. (Qty 1) Ruggedized QS22 Intel Xeon 2.8GHz processor module with 4GB RAM (1x4GB dual rank). QS22 also includes the following configuration: (Qty 1) Additional Intel Xeon 4C Processor Model X5660 95W 2.80GHz/1333MHz/8MB L2; (Qty 8) 2GB Dual Rank PC3-10600 CL9 ECC DDR3 VLP RDIMM 1333MHz (total 12GB); (Qty 2) IBM 500GB 2.5in SFF Slim-HS 7.2K NL SATA HDD. (Qty 2) Ruggedized QS22 processor module with Dual IBM PowerXCell 8i processors 3.2GHz/512KBL2, 8x1GB memory. (Qty 1) IBM Blade Center Open Fabric Manager (Qty 1) Kit, HDD 500GB, w/SATA extender PCB Physical Specifications: Size: Unit shall fit in a 19" rack with not more than 5.5U (9.625") vertical height. Weight: Not more than 85 pounds. Power: The power supply shall be designed to operate from single phase 100/264VAC, 47-400Hz. The power system is to be based on MIL-STD-704F. The power system will comply with MIL-STD-704F, Section 5.2.3 for 60 Hz and 400 Hz systems. The Power Supply will have maintenance accessibility. Humidity: The unit shall be designed to operate within the humidity range per RTCA/DO-160F, Section 6, Category A, Standard Humidity Environment. Vibration: The unit shall be designed with the intent of meeting the minimum integrity test specified in RTCA/DO-160F, Section 8, Category S. Shock: The unit shall be designed with the intent of meeting operational shock tests in accordance with MIL-STD-810F, Method 516.5, Procedure I with the following conditions: * Functional Shock, terminal peak saw tooth, A=20.0G, D=11 ms, 3 pulses in both directions of the three axes for a total of 18 pulses. Design and Construction: Materials, Processes and Parts: The unit shall be designed and constructed for reliable operation aboard aircraft while using commercial grade electronic components where applicable. Electromagnetic Interference: The unit will be designed to meet the following EMI requirements of RTCA/DO-160F as a goal: - Section 19, Category C, Induced Signal Susceptibility - Section 21, Category M, Emission of Radio Frequency - Section 20, Category R, Radio Frequency Susceptibility - Section 25, Category A, Electrostatic Discharge Equipment shall be factory new. Used, refurbished, or pre-owned equipment will not be accepted. Brand name or equal quotes will be accepted in response to this solicitation. Offerors shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The expected delivery date is within 20 weeks After Receipt of Order (ARO). The place of delivery, acceptance, and FOB Destination point is F4HBL1/Transportation Officer, Depot 2, 120 Electronic Pkwy, Rome NY, 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET) SUN 11-SEP-2011. Submit to: AFRL/RIKO, Attn: Terry Rigabar, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7996 or by email: to terry.rigabar@rl.af.mil. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) Submit past performance information for contracts completed successfully within the last 3 years that are similar in magnitude and scope to the work described in this notice. Include reference name, telephone number, and email address, as well as a brief description of the contract effort. (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 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 52.212-2, Evaluation - Commercial Items (JAN 1999) applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE, (ii) TECHNICAL CAPABILITY, and (iii) PAST PERFORMANCE. When combined, Technical Capability and Past Performance are significantly more important than Price. The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011) and ALT I (APR 2011) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (AUG 2011), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011) 52.219-6, Notice of Total Small Business Aside (Jun 2003) Alternate I (Oct 1995) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 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 (JUN 2011) applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) 252.227-7015, Technical Data--Commercial Items (Mar 2011) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following FAR and FAR Supplements clauses and provisions also apply: 52.211-6, Brand Name or Equal (AUG 1999) 52.245-1, Government Property (AUG 2010) 52.245-9, Use and Charges (AUG 2010) 52.247-34, FOB Destination (NOV 1991) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (JUN 2011) 252.232-7010, Levies on Contract Payments (DEC 2006) 5352.201-9101, Ombudsman (APR 2010). The Ombudsman for this acquisition is Barbara Gehrs, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407. 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 proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-R-0024/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02546772-W 20110825/110824001035-84a9fa312336625d806ca071afedcd88 (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.