MODIFICATION
70 -- Server
- Notice Date
- 7/2/2012
- Notice Type
- Modification/Amendment
- 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
- FA8751-12-Q-0410
- Archive Date
- 7/25/2012
- Point of Contact
- Andrey Selyuzhitskiy, Phone: 315-330-4434
- E-Mail Address
-
Andrey.Selyuzhitskiy@rl.af.mil
(Andrey.Selyuzhitskiy@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- **Amendment No. 1 hereby removes the Standard Academic WS8SA5C requirement in the Operating System descripton** 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; 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 FA8751-12-Q-0410 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) 2005-58 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120615. 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. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacturer, is 500 employees. The contractor shall provide the following items on a firm fixed price basis, including the cost of shipping FOB Destination: The following specifications are provided on a brand name or equal basis: Item: 1 Server, Power Edge R710 QTY: 1 Description: -Chassis for up to 6, 3.5-Inch Hard Drives - Processor: Intel Xeon X5690 3.46GHz, 12M Cache, 6.40GT/s QPI, 6C - Memory: 32GB Memory (8x4GB), 1333MHz Dual Ranked LV 32LVR2A RDIMMs for 2 Processors, Advanced ECC -Additional Processor: Intel Xeon X5690 3.46GHz, 12M Cache, 6.40GT/s QPI, 6C - Operating System: Windows Server 20DB R2 SP1, Includes 5 CALs -Hard Drive Configuration: RAID 5 for H700 or PERC 6/I Controllers -Internal Controller: PERC H700 Integrated RAID Controller, 512 MB NV Cache, x6 -Hard Drives: 3TB 7.2K RPM Near-Line SAS 6Gbps 3.5in Hot-Plug Hard Drive -External Controller and PCIE Solid State Storage: PERC 6/E SAS External RAID Adapter, 512MB - Power Supply: High Output Power Supply, Redundant, 870W - Power Cords: 2x 10 Feet (3M) Power Cords, 125 Volts 15 AMP NEMA 5-15P to C13 Wall Plug - Embedded Management: IDRAC6 Express - Network Adapter: Broadcom 5709 Dual Port 1GbE NIC /TOE ISCSI, PCle-4 - Rails: Ready Rails, Sliding Rails Without Cable Management Arm - Bezel: Bezel - Internal Optical Drive: DVD ROM, SATA, Internal - Server Accessories: 2U Threaded Hole Rack Adapter Kit for Sliding Ready Rails - Server Accessories: Keyboard and Optical Mouse, USB, Black, English - System Documentation: Electronic System Documentation and Open Manage DVD Kit -1st Hard Drive: HD Multi-Select - Feature Upgrades for Embedded NIC Ports: Embedded NICs are TOE Ready with iSCSl Offload Enabled - BIOS Setting: Power Saving BIOS Setting - Riser Card: Riser with 2 PCIe x8 + 2 PCIex4 Slot - Hardware Support Services: 3 Year Pro Support and NBD On-Site Service - Proactive Maintenance: 1 event per year, Remote Delivery, 1 Year Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 30 Days after Receipt of Order (ARO). 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, 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), Tuesday 10 July 2011. Submit to: AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-4434 or by email to Andrey.Selyuzhitskiy@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. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (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 (four) 4 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 applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Capability. All evaluation factors when combined are of approximate 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 via https://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation) and DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation). For your convenience, paragraph (b) of 52.212-3, 252.209-7998 & 252.209-7999 are attached to this solicitation. 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: 52.219-6, Notice of Total Small Business Aside, Alternate I 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 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 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 252.247-7023 Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following additional FAR 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 is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered. Point of Contact
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-Q-0410/listing.html)
- Record
- SN02791771-W 20120704/120702234726-f3a17294387d75b0c6534ff4d0e119d6 (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 |