SOLICITATION NOTICE
70 -- SunFire T2000 Server and Equipment
- Notice Date
- 7/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8750-07-Q-0404
- Response Due
- 7/20/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-07-Q-0404 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070531. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 334111 and small business size standard of 1000 employees. NOTE that Items 1 through 6 requested below must be manufactured by Sun Microsystems. Items 7 through 16 can be equal products. The following Brand Name Justification for Items 1 through 7 is under authority of 10 USC 2304(c)(1): The Sun Microsystems items contain the necessary hardware, software, and licenses required to allow DTW (DODIIS Trusted Workstation) SRSS (Sun Ray Session Servers) to connect to the unclassified network (NIPRNET). The DTW N5 suite is a tightly controlled baseline that has been certified and accredited by DIA (Defense Intelligence Agency) to allow access to the unclassified network. Any change or substitution to this baseline would require evaluation and possible recertification or reaccreditation by DIA. DTW relies exclusively upon the SRSS and associated hardware to provide MLS (Multi-Level Service) access to the desktop via the Sun Ray thin client. DIA has mandated the use of DTW for all DODIIS sites. Equal products must meet or exceed the capabilities of the items specified herein. Offerors must submit product description and technical specifications in sufficient detail to enable the Government to make a meaningful comparison. The offeror shall provide the following items on a firm fixed price basis: Item 1: SUN FIRE T2000 SERVER Qty: 3 Sun Microsystems T20Z108A-16GA2D Description: 1.0GHz 8 core UltraSPARC T1 processor, 16GB DDR2 memory (16 x 1GB DIMMs), 2 x 73GB 2.5" 10K rpm SAS hard disk drives, DVD-RO/CD-RW slimline drive, 2 x (N+1) power supplies, 4 x 10/100/1000 ethernet ports, serial port, 3 x PCI-E slots, 2 x PCI-X slots, Solaris 10 and Java Enterprise System software pre-installed. RoHS-5 compliant (Standard Configuration). Item 2: POWER CORD KIT Qty: 4 Sun Microsystems X311L Description: Power Cord Kit, North American/Asian, RoHS Compliant. Item 3: GRAPHICS ACCELERATOR Qty: 2 Sun Microsystems X3777 Description: Sun XVR 200 Graphics Accelerator, 2D Graphics, 24 bit color, 32 MB Frame Buffer Memory, Single Slot PCI, Max resolution 2048 x 1536, 2 DVI Connectors, Attach up to 2 Monitors at a time for PCI-E Systems, RoHS Compliant. Item 4: SAS DISK DRIVE Qty: 4 Sun Microsystems XRB-SS2CD-73G10KZ Description: 73 GB 10000 RPM 2.5 inch SAS Disk Drive with Bracket, RoHS-6 Compliant. Item 5: BRACKET BOARD Qty: 2 Sun Microsystems X7208A-2 Description: PCI-E Low profile Dual GigE UTP, low profile bracket on board, standard bracket included. RoHS-6 compliant. Item 6: PCI-X ETHERNET CARD Qty: 2 Sun Microsystems X7285A Description: PCI-X Dual Gigabit Ethernet UTP Low Profile. Items 7 through 16 can be equal products: Item 7: INFRANET CONTROLLER Qty: 2 Juniper Networks SSG-550-001 (or equal) Description: Unified Threat Management security features including Statefuil firewall, IPSec VPN, IPS, Antivirus, Antispyware, Antiadware, Antiphishing, Antispam, and Web Filtering. 1 plus Gbps firewall traffic and 500 Mbps IPSec VPN. Supports redundant power supplies and is NEBS compliant. Item 8: COPPER NETWORK TAP Qty: 4 Network Instrument TCTHG-K (or equal) Description: 10/100/1000 Copper nTAP. Transfers network data at line rate from 100 Mb or 1000 Mb full duplex links to a monitoring device. Item 9: COPPER NTAP Qty: 3 Network Instrument TAC512-K (or equal) Description: Copper Aggregator nTAP, dual analyzer outputs, 512 MB Buffer. Transfers network traffic from a full duplex copper link to a copper analysis or security device. Greater protection than SPAN port against packet loss on low utilization networks. Item 10: RACKMOUNT 19 INCH Qty: 1 Network Instrument TCRM (or equal) Description: 19 inch rackmount for Copper Network Tap. Item 11: CATALYST SWITCH Qty: 3 Cisco 2948G-GE-TX (or equal) Description: HW Catalyst gigabit ethernet switch. 48 ports, EN, fast EN, gigabit EN-10 Base-T 100 Base-TX, 100 Base-T plus 4 SFP (empty) 1U Rack Mountable. Item 12: RACKMOUNT 19 INCH LCD KEYBOARD DRAWER Qty: 1 i-Tech SNK119-8 (or equal) Description: 1U Rackmount 19 inch LCD Keyboard Drawer with 8 port USB KVM, Sun Solaris Compatible, upgrade 15 foot KVM Cable. Item 13: 2005 FIREWALL SOFTWARE Qty: 6 Tiny Software 300014510 (or equal) Description: Tiny Server Firewall 2005 Professional. Windows based host with network security, file and registry protection, application launch control and management through signature based intrusion detection and prevention. Includes track n reverse tool, creation and simultaneous application of user specific rules, filter pass through traffic, undo file and registry activities, and traffic filter based on originator membership. Item 14: PATCH CABLE 1 FT Qty: 2 Black Box EVNSL01E-0001 (or equal) Description: 1 foot Blue CAT5E 100 MHz Patch Cables with Basic Connectors. Item 15: PATCH CABLE 2 FT Qty: 1 Black Box EVNSL01E-0002 (or equal) Description: 2 foot Blue CAT5E 100 MHz Patch Cables with Basic Connectors. Item 16: PATCH CABLE 5 FT Qty: 1 Black Box EVNSL01E-0005 (or equal) Description: 5 foot Blue CAT5E 100 MHz Patch Cables with Basic Connectors. Offerors shall provide at least the same warranty terms, including extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB destination point is Northrop Grumman Mission Systems, 3200 Samson Way, Bellevue NE 68123. The following FAR, DFARS, and AFFARS provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda: (b) Written quotes are due by 3 PM Friday 20 July 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to jacquelyn.fleet@rl.af.mil. (b)(4) Submit a technical description of the items being offered. (b)(10) Past performance may be obtained by the Government from sources inside or outside the Government in order to determine responsibility. Offerors are not required to submit past performance information. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within five (5) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. 52.212-2 Evaluation-Commercial Items. The Government intends to award a firm fixed price contract as a result of this RFQ to the responsible offeror whose quote is the most advantageous based on price and technical capability. Both factors are of equal importance. 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (k) of this provision with their quote. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply: 52.219-6 Notice of Total Small Business Set Aside 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 252.225-7001 Buy American Act and Balance of Payments Program 252.227-7015 Technical Data Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea The following FAR, DFARS, and AFFARS provisions and clauses also apply: 52.204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference, with the following internet addresses filled-in: http://www.arnet.gov/far or http://farsite.hill.af.mil 252.204-7004 (Alt A) Required Central Contractor Registration 252.211-7003 Item Identification and Valuation 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7002 Qualifying Countries as Subcontractors 252.232-7010 Levies on Contract Payments 5352.201-9001 Ombudsman with the following filled in: Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.
- Record
- SN01335166-W 20070707/070705220736 (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 |