Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2004 FBO #0948
SOLICITATION NOTICE

70 -- PC Cluster

Notice Date
6/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
F4020441450100
 
Response Due
7/8/2004
 
Archive Date
7/23/2004
 
Point of Contact
Sharon Novak, Contract Specialist, Phone 202-767-7987, Fax 202-767-7812,
 
E-Mail Address
sharon.novak@bolling.af.mil
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items entitled ?PC Cluster? 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 will not be issued. Solicitation Number F4020441450100 is issued as a request for quotation (RFQ) and is 100% set aside for Service Disabled Veteran-Owned Small Business. The resulting contract will be Firm Fixed Price. Delivery will be NLT 30 days after receipt of order. The approximate award date is 9 Jul 04. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. The NAIC code assigned to this project is 443120, size standard is $7,500,000.00. The requirement is for AFSAA/SVB located at 1570 Air Force Pentagon. The contract line item number is: CLIN 0001 ? Qty 1 Each ? Price shall include: 1. (1) Master (Head) Node: a. 4U rackmount chassis with 460 Watt UL power supply b. Intel Xeon 7501 chipset motherboard with 533MHz FSB c. (2) Xeon 3.06 GHz processors with 512 cache (533 FSB), heat sink and fan d. (2) 512 MB DDR 266 MHz ECC/REG low profile e. Mirrored Raid for cluster setup, RAID controller f. (3) 146 GB U320 SCSI 15,000 RPM hard drives (Configured for Raid 5) g. (2) 40 GB 7,200 rpm hard drive h. 3.5" Floppy Drive i. CDRW 48X/24X/48X drive j. SVGA video adapter k. SUSE Linux 1. (2) 10/100/1000 Base T Gigabit network ports m. Keyboard n. Mouse 2. (15) Slave (Compute) Nodes: a. 1U rackmount chassis with 300 Watt UL power supply b. Intel Xeon 7501 chip set motherboard with 533 MHz FSB c. (2) Xeon 3.06 GHz processors with 512 cache (533 FSB), heat sink, and fan d. (2) 512 MB DDR 266 MHz ECC/REG low profile e. 40 GB 7,200 rpm hard drive f. SVGA video adapter g. 10/100/1000 Base T Gigabit network port h. SUSE Linux 3. Other hardware: a. 44U rack cabinet b. 20 AMP power strips 4. Software: a. Cluster management software b. GNU scientific compilers c. CD burning software on the master node. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s right under the inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions under this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. Award will be made on an all or none basis to the lowest price offeror. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 04) is incorporated by reference and applies to this acquisition. The offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items, with their offer. FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) apply to this acquisition, specifically, the following cited clauses are applicable: 52.222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Handicapped Workers with Disabilities, 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels and 52.222-41 Service Contract Act of 1965, as Amended. FAR 52.223-11, Ozone Depleting Substances, also applies. The following DFARS clauses and provisions applies to this solicitation and is incorporated by reference: 252.225-7000, Buy American Act?Balance of Payments Program Certificate, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (Deviation), specifically the following clauses are applicable: 252.225-7014, Preference for Domestic Specialty Metals, Alt I, 252.247-7023, Transportation of Supplies by Sea, 252.247-7024, Notification of Transortation of supply by Sea, 252.204-7004, Required Central Contractor Registration, 252.246-7000, Material Inspection and Receiving Report and 252.232-7003 Electronic Submission of Payment Requests. Full text versions of the clauses may be viewed at http://farsite.hill.af.mil. The Government reserves the right to award the contract without initiating discussions. Responses to this request for quote are due by 12:00 p.m.on 6 Jul 04. The quote shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their quote and the Representations and Certifications (FAR 52.212-3) to be sent to Mrs Sharon Novak, 11 CONS/LGCN, 110 Luke Ave Rm 230, Bolling AFB, DC 20032-0305. Fax responses are acceptable at (202) 767-7814, or e-mail to Sharon.Novak@bolling.af.mil. No telephone inquiries will be accepted.
 
Place of Performance
Address: Delivery to Kent Street, Rosslyn, VA
Zip Code: 22209
 
Record
SN00612056-W 20040701/040629212153 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.