SOLICITATION NOTICE
59 -- Client Blade Servers
- Notice Date
- 4/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
- ZIP Code
- 80912-2116
- Solicitation Number
- FA2550-12-T-2008
- Archive Date
- 5/2/2012
- Point of Contact
- Samantha M. Salopek, Phone: 7195675538, Rheesa A. Paluay, Phone: (719) 567-4253
- E-Mail Address
-
samantha.salopek@schriever.af.mil, rheesa.paluay@us.af.mil
(samantha.salopek@schriever.af.mil, rheesa.paluay@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Client Blade Servers FA2550-12-T-2008 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation "Client Blade Servers" is issued as a request for quote (RFQ). This is a brand name or equal solicitation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 02 April 2012. (iv) This acquisition is 100% set aside for hubzone business. The associated NAICS code is 334111 (Electronic Computer Manufacturing ) with the small business size standard of 1000 employees. (v) & (vi) This RFQ has eight (8) contract line items (CLINs). The government intends to procure the following: CLIN 0001 GR3080 Model R3080 Blade Assembly Includes: (16) G0900080 R3080 Base Blades, (16) G0800126 V5320 Digiatl Dual Video Host (R3080), (16) G932308-320 320GB 2.5in. SATA 7K2 RPM HDD R3080, (64) G923080-2000 2GB Non ECC DDR3-1333 SDRAM R3080, (16) G932308-266 2.66Hz Quad Core i5-750 8M CACHE 3080, (16) G0530061 Windows 7 Pro 64bit V5320/R3080 OR EQUAL Qty: 16 EACH Unit price __________________ Total Price __________________ CLIN 0002 GC7422 Model C7422 Fiber C/Port (10/100) Includes: G0900172 CD7422,10/100SC, Dual Base, NA Power Cord OR EQUAL Qty: 16 EACH Unit price __________________ Total Price __________________ CLIN 0003 GF6150-160 Includes: F6150 Digital Fiber Trans Bundle includes Xcvr & Fiber Port/Module OR EQUAL Qty: 1 EACH Unit price __________________ Total Price __________________ CLIN 0004 GR4302CB Bundle Includes: R4300 Chassis with dual A/C inputs, connect and network moducle, mounting kit and power cords OR EQUAL Qty: 2 EACH Unit price __________________ Total Price __________________ CLIN 0005 G0980227 C7422 3 year warranty OR EQUAL Qty: 16 EACH Unit price __________________ Total Price __________________ CLIN 0006 G0980016 Digital Fiber Transcevier 3 year warranty OR EQUAL Qty: 1 EACH Unit price __________________ Total Price __________________ CLIN 0007 G091127 R series chassis 3 year warranty OR EQUAL Qty: 2 EACH Unit price __________________ Total Price __________________ CLIN 0008 G0980162 R3080 Single CPU blade 3 year warranty w/ HD Rep OR EQUAL Qty: 16 EACH Unit price __________________ Total Price __________________ (vii) Delivery location is Schriever AFB, CO 80912. Inspection and acceptance location is Schriever AFB CO. FOB point shall be Destination. All FOB Destination charges must be included in quoted prices. (viii) Contract financing will not be provided for this acquisition. The Government will make an award from this request for quote to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. To view the information below in full text use the Federal Acquisition Regulation website at http://farsite.hill.af.mil/VFFARA.htm. The following additional clauses will apply: CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.219-3 Small Business Program Representations MAY 2004 52.219-6 Notice of Hubzone Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation 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 52.223-11 Ozone-Depleting Substances MAY 2001 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.225-7000 Buy American Act--Balance Of Payments Program Certificate DEC 2009 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Headquarters Air Force Space Command A7K, 150 Vandenburg Street, Suite 1105, Peterson AFB, CO 80914-4230 719-554-5250, Fax: 719-554-5299. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (ix) This acquisition does not have a Defense Priorities and Allocations System (DPAS) assigned rating. (x) Responding offerors shall include quotations and descriptive literature with their response to allow the Government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis/solicitation. No special format is required for your quote. ALL QUOTES ARE DUE BY 1:00 P.M. MST, 17 APRIL 2012. (xi) The Point of Contact for this acquisition is SrA Samantha Salopek, 719-567-5538 and Lt Rheesa Paluay, rheesa.paluay@us.af.mil. Quotes can be emailed to samantha.salopek@us.af.mil AND/OR faxed to 719-567-3438, Attn: Samantha Salopek. To ensure your quote is received, you are strongly encouraged to contact the POC with notification of which method your quote was submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-12-T-2008/listing.html)
- Place of Performance
- Address: Schriever AFB, Schriever AFB, Colorado, 80912, United States
- Zip Code: 80912
- Zip Code: 80912
- Record
- SN02713465-W 20120406/120404234756-0363f2f5e26443ab8da27cff343a8e53 (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 |