SOLICITATION NOTICE
A -- CRAY XD1 LINUX CLUSTER - 12 Dual Processor Nodes
- Notice Date
- 5/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334411
— Electron Tube Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526
- ZIP Code
- 80526
- Solicitation Number
- AG-82FT-S-05-0006
- Response Due
- 7/5/2005
- Description
- This is an intent to sole source with Cray, Inc., 411 First Avenue South, Suite 600, Seattle, WA 98104. See Note 22. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-03. The NAICS code for this procurement is 334111, the size standard for this NAICS code is 1000 employees. This solicitation is for an expansion to the CRAY XD1 Linux cluster owned by the Fire Sciences Lab. The expansion consists of 12 dual processor nodes (total of 24 AMD Opteron processors). The required delivery date is August 1, 2005. Delivery shall be made to Ms. Penny Bertram, Rocky Mountain Research Station, Fire Sciences Lab, 5775 Hwy 10 W, Missoula, MT 59808. NOTE 22: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interest persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received with 45 days (30 days if issued under a basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this solicitation. Offerors shall submit an offer that includes prices for all line items. In addition, offerors shall include all specifications of equipment identified in this proposal and ability the meet the delivery date. Offers that do not respond to these criteria will be deemed unresponsive. In addition, all Offerors must submit a completed form of FAR clause 52.212-3, Offeror Representations and Certifications ? Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov. Offerors who fail to submit a completed FAR 52.212-3 will be considered unresponsive. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR 52.204-7. Offerors who are not registered with CCR will be considered unresponsive. All offers shall include prices; a delivery schedule/process; a completed FAR 52.212-3; and Offeror?s name, address, contact name, phone number, fax number, email address, tax identification number, and DUNS number. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and any addenda to this clause, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any addenda to this clause, applies to this acquisition. The following additional FAR clauses apply to this acquisition: FAR 52.215-5, Facsimile Proposals (Oct 1997), (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 970-498-1166. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document: (1) The Contracting Officer immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful Offeror promptly shall submit the complete original signed proposal. FAR 52.222-3 Convict Labor (June 2003). FAR 52.223-6, Drug-Free Workplace (May 2001). FAR 52.247-34, F.o.b. Destination (Nov 1991). FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998). In addition, the following Agricultural Acquisition Regulation (AGAR) clauses and provisions are incorporated into this solicitation: AGAR 452.219-70, Size Standard and NAICS Code Information (Sep 2001) - The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are NAICS Code 334111; Size Standard 1000 employees. Offers are due July 5, 2005, 16:30 local time. Offers shall be submitted to USDA Forest Service, Rocky Mountain Research Station, Central Administrative Zone, Attention Mai Dailey, 240 West Prospect Road, Fort Collins, Colorado, 80526. All questions regarding this solicitation shall be submitted, in writing, to Mai Dailey at (fax) 970-498-1166 or by email at mdailey@fs.fed.us.
- Place of Performance
- Address: Rocky Mountain Research Station, FIre Sciences Lab, 5775 Hwy 10 W, Missoula, Montana
- Zip Code: 59808
- Country: USA
- Zip Code: 59808
- Record
- SN00810917-W 20050521/050519211739 (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 |