Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2013 FBO #4319
SOLICITATION NOTICE

70 -- DELL POWEREDGE M620 BLADE SERVERS - Attachments

Notice Date
9/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-13-Q-0458
 
Archive Date
10/8/2013
 
Point of Contact
Tabitha Haggart, Phone: 315-330-3787
 
E-Mail Address
Tabitha.Haggart@us.af.mil
(Tabitha.Haggart@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Reps & Certs This is a combined synopsis/solicitation for commercial items prepared 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; 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 FA8751-13-Q-0458 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130909. 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 total small business set-aside, under NAICS code 334111 and small business size standard of 1000 employees. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. The contractor shall provide the following items on a firm fixed price basis: Quantity: 6 DELL POWEREDGE BLADE SERVER M620 P/N 225-2125 or equal. Specifications: No OS, no utility partition (421-2869) Broadcom 57810-k Dual port 10Gb KR blade network daughter card (430-4398) Broadcom 57810-k dual port 10Gb KR Mezzanine Network Adapter (430-4401) No operating system media kit (420-1908) Dell hardware limited warranty plus on-site service initial year (936-2207) Basic hardware services: Business hours (5x10) next business day on site hardware warranty repair 2 year extended (937-1463) Dell hardware limited warranty plus on-site service extended year (939-5208) Basic hardware services: Business hours (5x10) next business day on site hardware warranty repair initial year (989-7681) Basic support covers SATA hard drive for 1 year only regardless sof support duration on the system (994-4019) On-site installation declined (990-9997) Proactive maintenance service declined (926-2979) No system documentation, no OpenManage dvd kit 9310-5171) System ordered as part of Mulitpack order (330-4118) 12G iDRAC& Enterprise for blades (421-5357) Serial-attach SCSI Backplane for M620 (331-4358) Diskless Configuration with PERC (331-8676) H310 Controller (331-4365) Intel Xeon E5-2670 2.60GHz, 20M Cache, 8.0GTs QPI, Turbo, 8C, 115W, Max Mem, 1600MHz (317-9596) PE M620 Heatsink for 2 processors, LGA, 3x3.9x1.26 (331-4362) DIMM Blanks for systems with 2 processors (317-8688) Intel Xeon E5-2670 2.6GHz, 20M Cache, 8/0GTs/QPI, Turbo, 8C, 115W (317-9610) PE M620 Heatsink For 2 Processors, LGA, 3x3.9x1.26 (331-4362) 16GB RDIMM, 1600MT/s, low volt, dual rank, x4 data width (319-1812) qty 12 1600MHz RDIMMS (331-4424) Performance Optimized (331-4428) No hard drive (341-9160) No system documentation, no OpenManage DVD kit (310-5171) CFI, uniwue identifier federal information, label, medium, 11 factory install (367-5464) Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Total price must include shipping FOB Destination. The required delivery date is 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 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 3PM, 23 September 2013 Submit to: AFRL/RIKO, Attn: Tabitha Haggart, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3787 or by email to Tabitha.Haggart@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (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. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offeror's must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) (ii) price; All evaluation factors other than price, when combined, are of equal importance. Award will be made to the lowest priced, technically capable offeror. Offerors are required to complete and submit the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items ALT I and 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law -Fiscal Year 2013 Appropriations (Deviation). For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1) 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside, Alt I 52.219-28, Post Award Small Business Program Re-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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following additional FAR and DFARS clauses 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 and Receiving Reports 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 FAR supplements and clauses also apply: 52.211-6, Brand Name or Equal 252.211-7003 Item Identification and Valuation 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 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 DFAR 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/FA8751-13-Q-0458/listing.html)
 
Record
SN03195907-W 20130921/130920000319-3d6410d1583c64ceff4d02e5b700f28c (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.