Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2003 FBO #0626
SOLICITATION NOTICE

70 -- Brand Name IBM pSeries 615 Model 6C3

Notice Date
8/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-03-Q-A333
 
Response Due
8/19/2003
 
Archive Date
12/31/2003
 
Point of Contact
Dorothy Buechele, Contract Specialist, Phone 618-256-9980, Fax 618-256-3091, - Barbara D. Odom, Contracting Officer, Phone (618)256-9959, Fax (618)256-3091,
 
E-Mail Address
Dorothy.Buechele@scott.af.mil, Barbara.Odom@scott.af.mil
 
Description
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 will not be issued. The solicitation is issued as a Request for Quote (RFQ) under the number FA4452-03-Q-A333. This notice replaces the requirement that was originally posted under RFQ FA4452-03-Q-A196. This document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 2001-14. The North American Industry Classification System (NAICS) code for this acquisition is 334111. Small business size standard is 1000 employees. The AMC Contracting Flight plans to issue a purchase order under the test program described in FAR 13.5 for the contractor to accomplish the following: The contractor shall provide 3 IBM p615 series rack mounted computers (6C3) with AIX (v5.2) operating system software. The server shall have a single 1.2Ghz single processor, 1 GB RAM and a single storage 73.4 GB storage drive. In addition, the server will have a DVD-ROM capability and a 20/40 Gb internal tape drive. A more detailed listing of parts per configuration is provided as follows: Product Description Qty 7029-6C3 Rack Server 1:PSERIES 615 1 ea 2640 IDE SLIMLINE DVD-ROM DRIVE 1 ea 2849 PWR GXT135P GRAPHICS ACCELER. 1 ea 3274 73.4GB 10,000RPM DISK DRIVE 1 ea 3637 T541H 15~TFT COL.MON,CAPT.CAB. 1 ea 4242 6 FOOT EXTENDER CAB FOR DISPL. 1 ea 4263 SCSI CAB,RISER 2 LVD MED.DEV. 1 ea 4651 RACK INDICATOR, RACK #1 1 ea 5005 SOFTWARE PREINSTALL 1 ea 6158 20/40GB 4MM INTERN.TAPE DRIVE 1 ea 6266 PWR SUPP,680WATT AC,HOT-SWAP 1 ea 6574 UTRA3 SCSI 4-PACK 1 ea 8148 1-WAY 1.2GHZ PWR4+ PROC.CARD 1 ea 8156 1024MB(4X256MB)DIMMS,EXP.CONF. 1 ea 8167 FC CODE IND-PSERIES(110C/110E) 1 ea 8700 QUIET TOUCH KEYB-US ENGL.#103P 1 ea 8741 3-BUTTON MOUSE-STEALTH BLACK 1 ea 9300 LANGUAGE GROUP SPECIFY-US ENG. 1 ea 9800 POWER CORD SPCF-US/CANADA 1 ea 9911 PWR.CORD(4M) SPCF-ALL 1 ea **************** SOFTWARE ************** Product Description Qty 5692-A5L SYSTEM PROGRAM ORDER 1 ea 0947 AIX 5L FOR POWER V5.2 1 ea 0949 AIX V5.2 EXPANSION PACK 1 ea 0965 AIX V5.2 UPDATE CD 1 ea 1004 MEDIA PROCESS CHARGE CD ROM 1 ea 2924 ENGLISH 1 ea 3410 MEDIA CD-ROM 1 ea 5005 PREINSTALL 1 ea 5924 ENGLISH 1 ea 9001 ASSET REGISTRATION 1 ea 5765-E62 AIX 5L FOR POWER V5.2 1 ea 0001 AIX 5L FOR POWER V5.2 2 ea 5005 PREINSTALL 1 ea 5771-SPT SW MAINT AIX 1 YR SUPPORT 1 ea 0272 PROC D5 SUPPORT 1YR REG/RENE 1 ea 0374 PROC D5 24X7 SUP 1YR REG/REN 1 ea 5771-SUB SW MAINT AIX 1 YR SUBSCRIPTION 1 ea 0284 PROC D5 SW SUB 1YR REG/RENEW 1 ea This requirement is for new equipment only. Total cost includes shipping and handling. Inspection and Acceptance is FOB Destination. Delivery is no later than 45 Days After Receipt of Order to: ARINC, ATTN: Mr. Robert S. Tavik, Jr., MILCON Lab, 2551 Riva Rd., Room 5-255, Annapolis, MD 21401. Information shall be provided in a format that reflects the item descriptive literature, contract schedule prices, and quoted discount rate. The following clauses apply: FAR 52.211-6 – Brand Name or Equal (Aug 1999) and FAR 52.214-21 – Descriptive Literature (Apr 2002). The provision at 52.212-1, Instruction to Offerors – Commercial, applies to this acquisition. Award will be made to the lowest price technically acceptable offeror. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification – Commercial Items, with their offer. 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, with the following clauses: 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) applies to this acquisition with the following clauses: 252.225-7001 Buy American Act and Balance of Program and 52.225-7014 Preference for Domestic Specialty Metals. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Offers are due to the following email address no later than 19 Aug 2003, 3:00 p.m. CDT: Dorothy.Buechele@scott.af.mil, Dorothy Buechele, (618) 256-9980, AMC CONF/LGCFC, 507 Symington Drive, Room W202, Scott AFB, 62225-5015.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/AMCLGCF/FA4452-03-Q-A333/listing.html)
 
Record
SN00403899-F 20030817/030815224144 (fbodaily.com)
 
Source
FedBizOpps.gov 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.