Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
SOLICITATION NOTICE

70 -- Turn-Key High Performance Computing Solution - Attach #1 - Attach #2

Notice Date
1/9/2015
 
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
FA8751-15-R-0001
 
Archive Date
2/11/2015
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@us.af.mil
(richard.childres@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Reps and Certs Fill-in Requirements Document 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; 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 amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-15-R-0001 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) 2005-78 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20141216. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. The solicitation will be a Total Small Business set-aside under NAICS code 334111 and size standard of 1,000 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 does not itself manufacture, is 500 employees. The Government requires a turn-key high performance computing solution to be delivered and installed by the contract awardee. The parts items and required performance characteristics detailed in the requirements document ATTACHMENT 1, dated 07 JAN 2015, represent a technical solution that is known to fulfill the Government's requirement. Although the list of materials is based on Rittal and Hewlett-Packard products, offerors will be able to propose "brand name or equal" products (reference FAR 52.211-6). Proposals which include alternatives to the products identified in the description must be accompanied by technical documentation in sufficient detail for the Government to evaluate compliance with the performance characteristics of this known solution (reference FAR 52.212-1(b)(4)). The required performance characteristics reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the Government's needs. The offeror shall provide all items (or equal) on a Firm Fixed Price basis, including the cost of shipping FOB Destination and shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated date the contractor is expected to execute initial system start-up and commission for Government inspection is 70 days after contract award. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Monterey, CA SPECIAL CONTRACT REQUIREMENT POTENTIAL ORGANIZATIONAL CONFLICT OF INTEREST (a) There is potential organizational conflict of interest (see FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest) due to the fact that performance of the contract involves access to information technology networks, servers and computers via higher level privileges; therefore it is assumed that any data on these networks, servers and computers could potentially be accessed by the contractor. Additionally, equipment procured under this solicitation will be inserted into a high performance computing competition. To preserve competition integrity and check the flow of information, employees, subcontractors, or affiliates of offerors may not participate in a capacity outside that of equipment supplier for the competition infrastructure. Further, the contractor is expected to agree to a non-disclosure agreement that protects disclosure or improper use of each competitor's proprietary data at any time during performance of the contract. (1) The following restrictions apply: (i) If any such conflict of interest is found to exist, the contracting officer may (A) disqualify the offeror, or (B) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate clause to mitigate or avoid such conflict in the contract awarded. After discussion with the offeror, the contracting officer may determine that the actual conflict cannot be avoided, neutralized, mitigated, or otherwise resolved to the satisfaction of the government, and the offeror may be found ineligible for award. (ii) Each offeror is required to represent, as part of its proposal and to the best of its knowledge that: (A) it is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract; or (B) it has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included the mitigation plan in accordance with paragraph (a)(1)(iii), Mitigation/Waiver, below. (iii) Mitigation/Waiver. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes it can be mitigated, neutralized, or avoided, the offeror shall submit a mitigation plan to the contracting officer for review. At a minimum the offeror should state as a mitigation plan their intent, upon contract award, to execute a Non-Disclosure Agreement with each competitor entity. Award of a contract where an actual or potential conflict of interest exists shall not occur before government approval of the mitigation plan. (iv) Other Relevant Information. In addition to the mitigation plan, the contracting officer may require further relevant information from the offeror. The contracting officer will use all information submitted by the offeror, and any other relevant information known to the Government, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (v) Corporation Change. The successful offeror shall inform the contracting officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or divestures that may affect this provision. (vi) Flow-down. The successful offeror shall insert the substance of the Organizational Conflict of Interest clause in each subcontract tier. (2) As part of the proposal, the offeror shall provide the contracting officer with complete information of previous or ongoing work that is in any way associated with the contemplated acquisition. (b) If award is made to the offeror, the resulting contract may include an organizational conflict of interest limitation applicable to subsequent government work, at either a prime contract level, at any subcontract tier, or both. During evaluation of proposals, the Government may, after discussions with the offeror and consideration of ways to avoid the conflict of interest, insert a special provision in the resulting contract which shall disqualify the offeror from further consideration for award of future contracts. (c) The organizational conflict of interest clause included in this solicitation may be modified or deleted during negotiations. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), 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) 27 January 2015. Submit by email to richard.childres@us.af.mil or by mail to AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-2555. Offerors are encouraged to submit their proposals/quotes using the SF 1449, 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 the capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications, and (ii) verify authenticity of the products being offered and the sourcing method to be used. (b)(10) Submit past performance information for contracts completed within the previous 3 years for efforts relevant in terms of scope and magnitude to this requirement. Please include contract/project numbers, current points of contact with telephone numbers and email, a brief contract/project description, and any other relevant information. (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) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Acceptability, and (iii) Past Performance. When combined, technical acceptability and past performance are approximately equal in importance to price. The Government intends to award a contract to the lowest priced, technically acceptable offeror with acceptable past performance. TERMS AND CONDITIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEC 2014); Alternate I (OCT 2014). The offeror is required to complete representations and certifications found in the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2014), ALT I (Oct 2014), paragraph (b), and at DFARS 252.209-7992 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - Fiscal Year 2015 Appropriations (Deviation 2015-OO0005) (DEC 2014). For your convenience all referenced certifications are attached to this solicitation, ATTACHMENT 2. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 2014), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEC 2014), 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 (JUL 2013) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (DEC 2014) 52.219-6, Notice of Total Small Business Aside (NOV 2011) 52.219-8, Utilization of Small Business Concerns (OCT 2014) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Program Re-representation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Veterans (JUL 2014) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (JUL 2014) 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-System For Award Management (JUL 2013) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (APR 1984) 52.209-7, Information Regarding Responsibility Matters (JUL 2013) 52.211-6, Brand Name or Equal (AUG 1999) 52.247-34 FOB Destination (NOV 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7011, Alternative Line Item Structure (SEP 2011) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government (JUN 2010) 252.211-7003, Item Unique Identification and Valuation (DEC 2013) 252.215-7007, Notice Of Intent to Re-solicit (JUN 2012) 252.215-7008, Only One Offer (OCT 2013) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) 252.225-7031, Secondary Arab Boycott Of Israel (JUN 2005) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 252.227-7015, Technical Data--Commercial Items (FEB 2015) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.239-7017 Notice Of Supply Chain Risk (NOV 2013) 252.239-7018 Supply Chain Risk (NOV 2013) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea (APR 2014) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) 5352.223-9001, Health and Safety on Government Installations (NOV 2012) 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, email: Barbara.Gehrs@us.af.mil. 5352.209-9001, Potential Organizational Conflict of Interest (OCT 2010) Requirement specific guidance is provided for the following clauses: Payment cannot be authorized unless Contractor has (A) permanently affixed Unique Item Identifier (UII/ UID) label to each item with unit price ≥ $5,000 and (B) submitted required information to UID registry via WAWF. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Any costs associated in complying with these terms should be included in the cost of the contract. 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 proposal 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. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-R-0001/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13440, United States
Zip Code: 13440
 
Record
SN03612880-W 20150111/150109234425-34e9fa04e32deafb5c5d2e64f53c244a (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.