Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOLICITATION NOTICE

70 -- Edge Node Server Rack

Notice Date
8/1/2023 10:54:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1SEAJ3144A001
 
Response Due
8/7/2023 10:00:00 AM
 
Archive Date
08/22/2023
 
Point of Contact
Brian Wu, Jahdiel Salazar
 
E-Mail Address
brian.wu@us.af.mil, jahdiel.salazar.1@us.af.mil
(brian.wu@us.af.mil, jahdiel.salazar.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) The Air Force Flight Test Center at Edwards Air Force Base has a requirement for a Ground Based Radar. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number: F1SEAJ3144A001 - **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 DFARS Change as of 20230609, and DAFFARS DAFAC Change as of 2023-0707 (iv) THIS REQUIREMENT WILL BE: 100% Total Small Business Set-Aside. This acquisition will utilize NAICS 334111 with a size standard of 1,250 employees. (v) CLIN Nomenclature: A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). PowerEdge R740XD Server Riser Config 2, 3 x8, 1 x16 slots (330-BBHB) Intel X550 Dual Port 10GbE BASE-T & i350 Dual Port 1GbE BASE-T, rNDC (540-BBUZ) iDRAC9,Enterprise (385-BBKT) Chassis with Up to 24 x 2.5"" Hard Drives for 2CPU (321-BCPY) 6 Performance Fans forR740/740XD (384-BBPZ) PowerEdge 2U LCD Bezel (325-BCHV) PE R740XD Luggage Tag (389-BTTO) Power Saving Dell Active Power Controller (750-AABF) UEFI BIOS Boot Mode with GPT Partition (800-BBDM) PowerEdge R740/R740XD Motherboard (329-BEIK) RAID 5 (780-BCDP) PERC H740P RAID Controller, 8GB NV Cache, Adapter, Low Profile (405-AAOD) Intel Xeon Gold 6242 2.8G, 16C/32T, 10.4GT/s, 22M Cache, Turbo, HT (150W) DDR4-2933 (338-BSHD) Intel Xeon Gold 6242 2.8G, 16C/32T, 10.4GT/s, 22M Cache, Turbo, HT (150W) DDR4-2933 (338-BSHD) Additional Processor Selected (379-BDCO) 32GB RDIMM, 3200MT/s, Dual Rank 16Gb BASE x8 (370-AGDS) ��������������������������������������������������������Qty: 16 3200MT/s RDIMMs (370-AEVR) Performance Optimized (370-AAIP) 3.84TB SSD SAS ISE Mixed use 12Gbps 512e 2.5in Hot-Plug PM5-V Drive, 3 DWPD, (400-BCOV) Qty: 12 Trusted Platform Module 2.0 V3 (461-AAIM) ReadyRails Sliding Rails With Cable Management Arm (770-BBBR) Single, Hot-plug, Power Supply, 2000W, C19/C20 Power Cord Required for Use (450-AGFT) C19 to C20, PDU Style, 2.5M Power Cord (450-AEJI) Dell Optical Mouse MS116 - Black (570-AAKV) Dell KB216 Wired Keyboard English (580-ADJC) PowerEdge R740 Shipping Material (340-CORZ) iDRAC Group Manager, Enabled (379-BCQV) iDRAC,Factory Generated Password (379-BCSF) No Quick Sync (350-BBJV) Standard 2U Heatsink (412-AAIR) Standard 2U Heatsink (412-AAIR) �� (vi)� Description of requirements for the items to be acquired � PowerEdge R740 Server in support of the multi-domain T&E program. Company must be an authorized reseller/partner. (vii) �Estimated delivery �35 DARO (viii)� The provision at 52.212?1, Instructions to Offerors � Commercial Items (Mar 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov. ADDENDUM TO FAR 52.212?1 Instructions to Offerors Commercial Items (Mar 2023) Offerors shall prepare their quotations IAW FAR 52.212?1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRATOR INFORMATION WITH YOUR QUOTE Solicitation Number Unique Entity ID Number CAGE Code Contractor Name Point of Contact and Phone Number Email address: Technical Description of Items: Warranty (if applicable): Price and any Discount Terms: FOB (destination): Date Offer Expires: Completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Dec 2022)� or notification that FAR 52.212-3 representation and certification are available on SAM.gov (ix) �The provision at 52.212-2, Evaluation - Commercial Products and Commercial Services. (Nov 2021) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Products and Commercial Services. (Nov 2021) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement. �� (2) Past performance: Offerors shall submit at least two (2) recent past performance work within�������� the last three (3) years along with their proposal. (Provide Contract Number, Agency of performed work, and Agency�s Point of Contact (Email/Phone Number) (3) Price: In the integrated assessment, upon which the award assessment will be made, Past��� Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value in which competing offerors� past and present performance history will be evaluated as more important than price. �By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: �(1) Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Technical capability of the item offered to meet the Government requirement. (2) Price Evaluation (Step 2) - Next, offerors will be ranked according to overall price. Included as part of the price evaluation is a review for price reasonableness. Offerors whose total evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. (3) Past Performance (Step 3) Provide at least two (2) recent past performance work within the last three (3) years. One award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Dec 2022), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi)� The clause at FAR 52.212?4, Contract Terms and Conditions ?? Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. (xii)� The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (June 2023), applies to this acquisition. All acceptable FAR, DFARS, and DAFFARS clauses and provisions are contained in the model contract solicitation. The following clauses cited in FAR 52.212?5 apply to this acquisition: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Jun 2020) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Equipment (Nov 2021) 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-06 Notice of Total Small Business Set-Aside (Nov 2020) 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services (Nov 2021) 52.212-2 Evaluation--Commercial Products and Commercial Services (Nov 2021) 52.212-3 Offeror Representations and Certifications--Commercial Products and Commercial Services (May 2022) 52.212-3 Alt 1 Offeror Representations and Certifications--Commercial Products and Commercial Services (Oct 2014) 52.212-4 Contract Terms and Conditions--Commercial Products and Commerical Services (Nov 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (May 2022) 52.219-28 Post Award Small Business Program Representation (Sep 2021) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Dec 2022) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sept 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50 Certification Regarding Trafficking in Persons Compliance Plan (Oct 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-1 Buy American-Supplies (Oct 2022) 52.225-13 Restrictions on certain foreign purchases (Feb 2021) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 21) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004) 52.242-5 Payments to Small Business Subcontractors (Jan 2017) (xiii) �Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://acquisition.gov. 52.203-3 Gratuities (Apr 1984) 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance. (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.219-9 Small Business Subcontracting Plan (Oct 2022) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 252.203-7000 Requirements relating to compensation of former dod officials (Sep 2011) 252.203-7005 Representation relating to compensation of former dod officials (Sep 2022) 252.204-7004 Antiterrorism awareness training for contractors (Jan 2023) 252.204-7008 Compliance with safeguarding covered defense information controls (Oct 2016) 252.204-7009 Limitations on the use or disclosure of third-party contractor reported cyber incident information (Jan 2023) 252.204-7012 Safeguarding covered defense information and cyber incident reporting (Jan 2023) 252.204-7015 Notice of authorized disclosure of information for litigation support (Jan 2023) 252.204-7016 Covered defense telecommunications equipment or services�representation (Dec 2019) 252.204-7017 Prohibition on the acquisition of covered defense telecommunications equipment or services�representation (May 2021) 252.204-7018 Prohibition on the acquisition of covered defense telecommunications equipment or services (Jan 2023) 252.204-7019 Notice of nist sp 800-171 dod assessment requirements (Mar 2022) 252.204-7020 Nist sp 800-171 dod assessment requirements (Jan 2023) 252.204-7021 Cybersecurity maturity model certification requirements (Jan 2023) 252.205-7000 Provision of information to cooperative agreement holders (Dec 1991) 252.211-7003 Item unique identification and valuation (Jan 2023) 252.211-7008 Use of government-assigned serial numbers (Sep 2010) 252.215-7008 Only one offer (Dec 2022) 252.219-7003 Small business subcontracting plan (dod contracts)�basic (Dec 2019) 252.223-7008 Prohibition of hexavalent chromium (Jan 2023) 252.225-7000 Buy American Statute--Balance of Payments Program Certificate (Nov 2014) 252.225-7000 Alt 1 Buy American Statute--Balance of Payments Program Certificate (Nov 2014) 252225-7001 Buy American and Balance of Payments Program (Jun 2022) 252.225-7012 Preference for certain domestic commodities (Apr 2022) 252.225-7056 Prohibition regarding business operations with the maduro regime (Jan 2023) 252.226-7002 Representation for demonstration project for contractors employing persons with disabilities (Dec 2019) 252.232-7003 Electronic submission of payment requests and receiving reports (Dec 2018) 252.232-7006 Wide area workflow payment instructions (Jan 2023) 252.232-7010 Levies on contract payments (Dec 2006) 252.232-7017� Accelerating Payments to Small Business Subcontractors - Prohibition on Fees and Consideration (Apr 2020) 252.239-7018 Supply chain risk (Dec 2022) 252.244-7000 Subcontracts for commercial products or commercial services (Jan 2023) 252.246-7008� Sources of Electronic Parts (May 2018) 252.247-7023� Transportation of Supplies by Sea (Feb 2019) 5352.201-9101 Ombudsman (Oct 2019) 5352.223-9000 Elimination of use of class i ozone depleting substances (ods) (Oct 2019) (xiv) Defense Priorities and Allocation System (DPAS): N/A Proposal Submission Information: Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, by�August 7th at 10:00 A.M. Pacific Standard Time (PST). All offers are to be sent via email to brian.wu@us.af.mil �AND jahdiel.salazar.1@us.af.mil via electronic email. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE on August 4th or before 10:00 A.M. Pacific Standard Time (PST). (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Mr. Brian Wu Contract Specialist brian.wu@us.af.mil Secondary Point of Contact Ms. Jahdiel Salazar Contracting Officer jahdiel.salazar.1@us.af.mil����
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f588cf2bdfc24f51aa9e371b21f674a7/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06772298-F 20230803/230801230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.