Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

70 -- Server

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-Q-0492
 
Archive Date
9/17/2010
 
Point of Contact
Tina M. Panasci, Phone: 315-330-1909
 
E-Mail Address
tina.panasci@rl.af.mil
(tina.panasci@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0492 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100820 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 total small business set aside under NAICS code 334111 and the small business size standard is 1,000 employees. The contractor shall provide the following items on a firm fixed price basis. Offerors shall quantify the warranty term and include shipping FOB Destination in the total price. Item 1: ADAPTER QTY: 1 MFR/PART NO.: Sun Microsystems, SG-XPCIE2FC-EM4 or equal Specifications: -Sun StorageTek Enterprise -4Gb PCI-E Fibre Channel (FC) Host Bus Adapter -Dual Port -Emulex -Includes standard and low profile brackets -RoHS- 6 compliant Item 2: SERVER QTY: 1 MFR/PART NO.: Sun Microsystems or equal- See Specification Below for Configuration Specifications: -Sun SPARC Enterprise T5120 Server base, 1x 4 Core, 1.2 GHz UltraSPARC T2 Processor, 2nd Generation Chassis, No Memory, No Disk Backplane, No Disk, No DVD, 4 10/100/1000 Ethernet ports, 1 Serial port, 4 USB ports, 1 dedicated PCI-E low profile slot, 2 PCI-E low profile or XAUI (10 Gb Ethernet) slots, No Power Supplies, RoHS-6 Compliant, (For Factory Integration Only)( SECAA143Z or equal) Qty: 1 -Software Pre-Installed for Sun SPARC Enterprise T5120, T5220, T5140 and T5240. Includes Solaris 10 10/08 (Update 6) plus required patches, JES5 Sun Studio 12, LDOMS manager, and CMT developer tools. (For factory integration Only) (SESY9SD1Z or equal) Qty: 1 -Expanded Solaris 10 10/09 Media Kit, DVD Only. No License. Contains additional software. SPARC/x86. Multilingual. (SOLZ9-10LC9A7M or equal) Qty: 1 -Localized Power cord kit North American/Asian. Hazard class Y, RoHS Compliant. (X311L or equal) Qty: 2 -XVR-300 2D Graphics Frame Buffer. 24-bit color, high resolution 2D graphics accelerator, PCI Express x8 interface and dual DVI-I, ATO-Option RoHS-6. (3000A or equal) Qty: 1 -Sun StorageTek PCI-E Enterprise, 4gb Fibre Channel(FC) Host Bus Adapter, Single Port, Emulex, includes standard and low profile brackets, factory configurable and RoHS-6 compliant. (SG-PCIE1FC-EM4 or equal) Qty: 1 -SATA DVD drive assembly with 8x DVD+/-RW, slot load, slimline. For use with Sun SPARC Enterprise T5120 (For factory integration only) RoHS-6. (SESY9DV2Z or equal) Qty: 1 -AC Power Supply unit, Climate saver compliant 720W, for use with Sun SPARC Enterprise T5120 (For factory integration only) RoHS-6. (SECY9PS41Z or equal) Qty: 2 -146GB, 10K RPM, 2.5" SAS disk drive with bracket (QTY 1). For use with Sun SPARC Enterprise T5120 and T5220. RoHS-6 (For factory integration only) (SESY3C11Z or equal) Qty: 2 -Marlin Filler Panel. RoHS-6. (SESY9MF1Z or equal) Qty: 2 -4GB Memory Expansion (2 x 2GB) low profile FBDIMMs, Gen 2, 1.8V, for Sun SPARC Enterprise RoHS-6 (For factory integration only) (SESY2B2Z or equal) Qty: 2 -Screw mounted slide rail kit for rack mounting of the Sun SPARC Enterprise T5120 and T5220. RoHS-6 (For factory integration only) (SESY9RK1Z or equal) Qty: 1 -Peripheral kit (keyboard and mouse): Unix. (X3701A-UNIX or equal) Qty: 1 -4 disk capacity 2nd generation disk backplane. For use with the Sun SPARC Enterprise T5120. RoHS-6 (For factory integration only) (SECY9BA2Z or equal) Qty: 1 -SE T5120 STD Label (SECY9LS1Z or equal) Qty: 1 Item 3: SERVER QTY: 1 MFR/PART NO.: Sun Microsystems or equal, See Specification Below for Configuration Specifications: -Sun SPARC Enterprise T5120 Server base, 1x 4 Core, 1.2 GHz UltraSPARC T2 Processor, 2nd Generation Chassis, No Memory, No Disk Backplane, No Disk, No DVD, 4 10/100/1000 Ethernet ports, 1 Serial port, 4 USB ports, 1 dedicated PCI-E low profile slot, 2 PCI-E low profile or XAUI (10 Gb Ethernet) slots, No Power Supplies, RoHS-6 Compliant, (For Factory Integration Only)( SECAA143Z or equal) Qty: 1 -Software Pre-Installed for Sun SPARC Enterprise T5120, T5220, T5140 and T5240. Includes Solaris 10 10/08 (Update 6) plus required patches, JES5 Sun Studio 12, LDOMS manager, and CMT developer tools. (For factory integration Only) (SESY9SD1Z or equal) Qty: 1 -Expanded Solaris 10 10/09 Media Kit, DVD Only. No License. Contains additional software. SPARC/x86. Multilingual. (SOLZ9-10LC9A7M or equal) Qty: 1 -Localized Power cord kit North American/Asian. Hazard class Y, RoHS Compliant. (X311L or equal) Qty: 2 -XVR-300 2D Graphics Frame Buffer. 24-bit color, high resolution 2D graphics accelerator, PCI Express x8 interface and dual DVI-I, ATO-Option RoHS-6. (3000A or equal) Qty: 1 -SATA DVD drive assembly with 8x DVD+/-RW, slot load, slimline. For use with Sun SPARC Enterprise T5120 (For factory integration only) RoHS-6. (SESY9DV2Z or equal) Qty: 1 -AC Power Supply unit, Climate saver compliant 720W, for use with Sun SPARC Enterprise T5120 (For factory integration only) RoHS-6. (SECY9PS41Z or equal) Qty: 2 -146GB, 10K RPM, 2.5" SAS disk drive with bracket (QTY 1). For use with Sun SPARC Enterprise T5120 and T5220. RoHS-6 (For factory integration only) (SESY3C11Z or equal) Qty: 2 -Marlin Filler Panel. RoHS-6. (SESY9MF1Z or equal) Qty: 2 -4GB Memory Expansion (2 x 2GB) low profile FBDIMMs, Gen 2, 1.8V, for Sun SPARC Enterprise RoHS-6 (For factory integration only) (SESY2B2Z or equal) Qty: 2 -Screw mounted slide rail kit for rack mounting of the Sun SPARC Enterprise T5120 and T5220. RoHS-6 (For factory integration only) (SESY9RK1Z or equal) Qty: 1 -Peripheral kit (keyboard and mouse): Unix. (X3701A-UNIX or equal) Qty: 1 -4 disk capacity 2nd generation disk backplane. For use with the Sun SPARC Enterprise T5120. RoHS-6 (For factory integration only) (SECY9BA2Z or equal) Qty: 1 -SE T5120 STD Label (SECY9LS1Z or equal) Qty: 2 Item 4: Support QTY: 1 MFR/Part No.: Sun Microsystems, Q-DATARETENTION or equal Specifications: Oracle customer Data and Device Retention (Keep your Hand Drive Option) Item 5: Power Cord QTY: 1 MFR/Part No.: Sun Microsystems, X311L or equal Specifications: Power Cord Kit, North American/Asian, RoHS Complaint. Item 6.: TAPE STORAGE DEVICE QTY: 1 MFR/Part No.: Sun Microsystems, SL24-1L4-FC-Z or equal Specifications: Sun StorageTek SL24 Tape Autoloader with 24 slots, 1 HP LT04 Drive and 4GbDC Interface Fibre Channel (FC) interface. Includes rack mounting kit. Item 7: SYSTEM SUPPORT QTY: 1 MFR/Part No.: Sun Microsystems, Q-PRE-SPRT-SYS or equal Specifications: 1 year premier system and OS Support Equipment shall be factory new. Used, refurbished, or pre-owned equipment will not be accepted. Brand name or equal products will be accepted in response to this solicitation. 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 order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM-ET, Thursday, 2 September 2010. Submit to: AFRL/RIKO, Attn: Tina Panasci, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8142 or by email to Tina.Panasci@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 in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (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 3 days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Price, Technical Capability, Sun Microsystems Certified Partner (or equivalent certification from the manufacturer if equivalent products are proposed); all factors are of equal importance. The representations and certifications found in the provision at 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. 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. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 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 additional FAR, DFARS and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online 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 Defense Priorities and Allocations System (DPAS) has assigned the following rating DOA-7 to this effort. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0492/listing.html)
 
Record
SN02257234-W 20100828/100827000921-7998c0cb8fa8d9b153995ae5cb4939f6 (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.