SOLICITATION NOTICE
70 -- Rack Server and Storage Server
- Notice Date
- 7/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-14-698396
- Archive Date
- 8/5/2014
- Point of Contact
- Joshua Dobereiner, Phone: 309-681-6410
- E-Mail Address
-
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number AG-32SC-S-14-698396 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334111 (Electronic Computer Manufacturing), with a small business size standard of 1,000 employees. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Rack Server, Qty: 1 Each 0002) Storage Server, Qty: 1 each Minimum Specifications for Rack Server: Chassis: • 2U Rackmount Server • 6 x 3.5" SAS/SATA hot-swap drive trays • 1400W redundant AC power supply • Quick-Release Rackmount Mounting Rails, 26.5" to 36.4" Processor: • 4 x 16-core AMD Opteron 6380 2.5GHz 32MB Cache (115W TDP) processors Memory: • 32 x 16GB PC3-12800 1600Mhz DDR3 ECC Registered DIMMs (512GB total memory) Drives: • 6 x 4.0TB SAS 2.0 6.0Gb/s 7200RPM - 3.5" Hard Drive (Hitachi Ultrastar/Seagate Constellation) Optical Drive: • 1 x slim 8x DVD-RW/24x CDR SATA optical drive Motherboard: • AMD SR5690/SR5670 Chipset • Integrated LSI 2208 SAS 2.0 6Gb/s 8-port RAID Controller with 1GB Cache • Integrated Intel I350 4-Port Gigabit Ethernet controller • Integrated IPMI 2.0 • Integrated Graphics Controller (Matrox G200) Network: • Intel X540-T2 (2x RJ-45) 10-Gigabit Ethernet Network Adapter Other: • Pre-configured/assembled and tested (linux) • 3-year Advance Replacement Warranty Minimum Specifications for Storage Server: Chassis: • 4U Rackmount Server • 36 x 3.5" SAS hot-swap drive trays • Single Expander • 1400W redundant AC power supply • Quick-Release Rackmount Mounting Rails, 26.5" to 36.4" Processor: • 2 x Six-Core Intel Xeon Processor E5-2630v2 2.60GHz 15MB Cache (80W) Memory: • 8 x 16GB PC3-12800 1600Mhz DDR3 ECC Registered DIMMs (128GB total memory) Boot Drives: • 2 x 128GB Samsung 840 Pro Series 2.5" SATA 6.0Gb/s Solid State Drive (7mm) (MLC) Data Drives: • 36 x 4.0TB SAS 2.0 6.0Gb/s 7200RPM - 3.5" - Seagate Constellation ES.3 or Hitachi Ultrastar Motherboard: • Intel C602 Chipset • Dual Intel 10-Gigabit Ethernet • 8x SATA • IPMI 2.0 with LAN • Integrated Graphics Controller (Matrox G200) Controller Card: • LSI SAS 9300-8i SAS 12Gb/s PCIe 3.0 8-port Host Bus Adapter Network (Additional): • Intel X540-T2 (2x RJ-45) 10-Gigabit Ethernet Network Adapter Other: • Pre-configured/assembled and tested (linux) • 3-year Advance Replacement Warranty The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Beltsville, MD 20705 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than July 21, 2014, 5:00pm Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0769a965da0ba9df8ac2459d7c0bb029)
- Place of Performance
- Address: Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN03421260-W 20140712/140710235648-0769a965da0ba9df8ac2459d7c0bb029 (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 |