Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2015 FBO #5056
SOLICITATION NOTICE

75 -- Stirling x46 and XDAS iFX 4U/60Bay Storage (Dual Controller)

Notice Date
9/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-15-T-0015
 
Response Due
9/29/2015
 
Archive Date
11/24/2015
 
Point of Contact
Beth Chapman, 757-878-4827
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(beth.k.chapman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aviation Applied Technology Directorate (AATD) Contracting Division, Army Contracting Command, intends to award a firm-fixed-price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The solicitation number is W911W6-15-T-0015 and is issued as a request for quotation. The proposed contract action, a commercial item purchase order in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of one (1) Aberdeen Custom Configured Stirling x46 plus XDAS 60-Bay Solution system. This system shall include three (3) Aberdeen Stirling x46 (rdnt.PS) Kits, PN KITX46, with six (6) Intel Xeon E5-2620V2 6C 2.1GHz/7.2GTs/15M/80W, PN IC52620V2; twenty-four (24) Samsung 8GB ECC REG DDRE 1600 Memory, PN MYDD368G; six (6) Intel 530 Series 120GB SATA 6G MLC SSD, PN HDC123; seventy-five (75) HGST 6TB Ultrastar He6 7200rpm SAS HDD, PN HDSA6000; three (3) QLogic QLE2672 2-Port 16Gb FC HBA, PN ISX2962; three (3) Intel E1G44HT 1340-T4 Quad GbE NIC, PN BNE884; three (3) Locking Black Front Bezels for Chasses, PN MI53516; and three (3) 1400W Gold Redundant Spare Power Supplies, PN PS1403. The procurement of one (1) XDAS iFX 4U/60Bay Storage (Dual Controller), PN DAS-iFX62, shall include two (2) XDAS FX Host Boards with 2 x 16Gb FC Ports, PN SPDS316; four (4) 16G Fibre Channel SFP+ Transceiver Modules, PN SP1916; four (4) Cable Fiber LC-LC Multi-mode Duplex 2M, PN MI269; sixty-one (61) Seagate Cheetah15K.7 600GB 15Krpm SAS HDD, PN HDSA615; and one (1) 1600W XDAS 4U 60Bay Power Supply Module, PN PS136. This system will be used for bulk data storage for the purpose of network data availability and backups and will feature high-speed/thoroughput drives for the purpose of running virtual machines. Per DFARS Clause 252.211-7003, this unit is required to have an item unique identification (IUID) marking affixed to the unit. The current unit shall remain at the Aviation Applied Technology Directorate, Fort Eustis, Virginia. This is a brand name only acquisition with no equal products authorized. Shipping charges and warranty terms shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, Virginia 23604. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Clauses incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (Dev), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements--Representation; DFARS 252.203-7999 (Dev), Prohibition on Contracting With Entities That Require Internal Confidentiality Agreements; DFARS 252.204-0001, Line Item Specific--Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFASR 252.239-7017, Notice of Supply Chain Risk; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52. 209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-50, Combating Trafficking in Persons; 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--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses or provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 15.101-2, lowest price technically acceptable, acceptability will be evaluated based on the criteria listed above. The applicable North American Industry Classification Standard (NAICS) code is 334112. The small business size standard is 1000. Interested sources, to include any authorized distributors, may identify interest and capability to respond to the requirement or submit quotes. The Government will review and consider all quotes received within the closing date set in this notice. The Government retains the sole discretion on whether or not to conduct this requirement competitively based upon information received in response to this notice. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Companies shall reference W911W6-15-T-0015 in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Capability statements are due not later than 29 September 2015, 6:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman by email at beth.k.chapman.civ@mail.mil (757-878-4827).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/76707811c1e253022234b9ea6b8596e4)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN03903583-W 20150927/150925234819-76707811c1e253022234b9ea6b8596e4 (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.