Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2007 FBO #2095
SOLICITATION NOTICE

70 -- Storage Drive and Equipment 1

Notice Date
8/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device 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
FA8751-07-Q-0532
 
Response Due
8/27/2007
 
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-0532 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) 2005-18 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 334112 and small business size standard of 1000 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Patch Cable Qty: 4 P/N: X6530-R6 Manufacturer: NetApp Description: HW Cable, Patch, FC SFP to SFP, 0.5M, R6 Item 2: DS14MK Drive Qty: 2 P/N: X700B-ESH2-QSR5 Manufacturer: NetApp Description: HW DS14MK2 Shelf, AC, 14x144GB, 10K, FC, ESH2, QS, R5 Item 3: Power Cable Qty: 4 P/N: X800-42U-R6 Manufacturer: NetApp Description: HW Cabinet Power Cable, R6 Item 4: Non-Returnable Disk Fee, as applicable Qty: 48 P/N: CS-NRD-FEE Manufacturer: NetApp Description: HW Disk Fee Non-Returnable (Qty of 2 for 24 months) 2 Disk Shelves with 14 Drivers per Shelf Item 5: Rack Mount Kit Qty: 4 P/N: X5515A-R6 Manufacturer: NetApp Description: HW Rackmount Kit-Universal 4-Post Item 6: Optical Cable Qty: 1 P/N: X6524A-R6 Manufacturer: NetApp Description: HW Cable, 2M Optical, Pair, LC/LC, R6 Item 7: Optical SFP Qty: 2 P/N: X6539-R6 Manufacturer: NetApp Description: HW SFP, Optical, 4.25GB, R6 Item 8: Rack Mount Kit Qty: 2 P/N: X5515A-R6 Manufacturer: NetApp Description: HW Rack Mount Kit-Universal 4-Post Item 9: Patch Cable Qty: 4 P/N: X6530-R6 Manufacturer: NetApp Description: HW Cable, Patch, FC SFP to SFP, 0.5M, R6 Item 10: DS14MK Drive Qty: 2 P/N: X700B-ESH2-QSR5 Manufacturer: NetApp Description: HW DS14MK2 Shelf, AC, 14x144GB, 10K, FC, ESH2, QS, R5 Item 11: Power Cable Qty: 4 P/N: X800E-R6 Manufacturer: NetApp Description: Power Cables-North America R6 Item 12: Non-Returnable Disk Fee, as applicable Qty: 42 P/N: CS-NRD-FEE Manufacturer: NetApp Description: HW Disk Fee Non-Returnable (Qty of 21 for 24 Months) 2 Disk Shelves with 14 Drivers per Shelf Item 13: Optical Cable Qty: 1 P/N: X6524A-R6 Manufacturer: NetApp Description: HW Cable, 2M Optical, Pair, LC/LC, R6 Item 14: Optical SFP Qty: 2 P/N: X6539-R6 Manufacturer: NetApp Description: HW SFP, Optical, 4.25GB, R6 Brand Name Justification: The Western CONUS Regional Service Center (WCRSC) needs to upgrade their existing configurations with additional storage due to expanding requirements. The Network Appliance equipment is required to upgrade the existing Network Appliance FAS3050 storage systems installed at the WCRSC with additional storage. These existing systems can only be upgraded using Network Appliance Equipment to ensure that no down time or configuration control issues will be encountered. The existing Network Appliance Storage Systems are currently under warranty and the warranty will not be affected using Network Appliance Equipment to upgrade the existing system. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of award. The place of delivery, acceptance, and FOB destination point is Western Conus Regional Service, 1960 Victor Place, Colorado Springs, CO 80915. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Sep 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM Monday 27 August 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. Offerors are encouraged to submit their quotes using the SF 1449 Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (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 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999) applies. Paragraph (a) - the following evaluation factors shall be used to evaluate offers: Price and technical capability. Both are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to complete paragraph (k) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jun 2007), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6 Notice of Total Small Business Aside (Jun 2003) 52.219-28 Post Award Small Business Program Representation (Jun 2007) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor?Cooperation with Authorities and Remedies (Jan 2006) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) 252.227-7015 Technical Data - Commercial Items (Nov 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III (May 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) The following additional DFARS provisions and clauses also apply: 252.211-7003 Item Identification and Valuation (Jun 2005) 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Jun 2005) 252.232-7010 Levies on Contract Payments (Dec 2006) 5352.201-9101 Ombudsman (Aug 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is 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. All contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see https://wawf.eb.mil). Wide Area Workflow Training may be accessed 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 following Numbered Notes apply: 1. Point of Contact Jacquelyn Fleet, Contract Specialist, Phone 315-330-3270, FAX, 315-330-2555, Email jacquelyn.fleet@rl.af.mil.
 
Record
SN01378303-W 20070822/070820220936 (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.