Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

59 -- Linux Cluster System

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F2LMCA05001800
 
Response Due
1/31/2005
 
Archive Date
2/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplement 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 solicitation is a request for quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26 &27 and DFARs Change Notice (DCN) 20040113. This acquisition is a small business set-aside. NAICS code is 334111 with a small business size standard of 500 employees. This requirement is for a Linux Cluster System. The specifications are as follow: 2 ea - Master Nodes with the following: a) 4 GB RAM, b) Dual 246 AMD Opteron Processor, c) 2TB SATA Raid, d) 160 GB HDD, e) 256 MB high performance video adapter, f) Gigabit Ethernet adapter, g) Mammoth tape drive; 64 ea - Computer Nodes with the following: a) 4 GB RAM, b) Dual 246 AMD Opteron Processor, c) 40 GB HDD, Gigabit Ethernet adapter; 2 ea- 48-port Gige switches; Software with the following: a) 64-bit MPI library, b) 64-bit JAVA software development kit (SDK), c) 64-bit Fortan 90/C/C++ compilers, d) 64-bit Cluster management software, e) 64-bit Linux Operating System (Kernel 2.6.5 or later). Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government?s requirement. The following provisions apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Applications (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu. This help menu includes ORCA background information, frequently asked questions (FAQ) and the ORCA Handbook, 52.212-3 Alternate I, 52.225-3, 52.225-4 Alternate I, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provisions, go to http://farsite.hill.af.mil and look up FAR clauses; copy and comple all applicable provisions answering all questions. If you do not have access to the Internet, please contact the contract negotiator to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database at http://www.ccr.gov to be eligible for contract award. The following provisions and clauses apply: FAR 52.212-1, Instructions to Offerors?Commerical Items; FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price; award will be made to the low cost, technically acceptable responsible offeror; FAR 52.212-4 Contract Terms and Conditiions?Commercial Items; and the offeror shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications?Commerical Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, includes the following clauses incorporated by reference: FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.222-21?Prohibition of Segregated Facilities, FAR 52.222-26?Equal Opportunity (E.O. In addition, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.). Anticipated award date is 01 Feb 2005. Responses must be received no lather than (NLT) 1:00 p.m., Pacific Standard Time, 31 Jan 2005. Responses should be submitted to: Marc Venzon, Contract Negotiator at the Air Force Flight Test Center (AFFTC/PKT), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. Faxed transmissions of quotes are preferred. Telephone number is (661) 277-9566. Fax number is (661) 275-7871. Email to: marc.venzon@edwards.af.mil. Facsimile responses are acceptable and must be received on or before the closing date. Telephone requests to be placed on a mailing list will not be honored.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
 
Record
SN00738203-W 20050123/050121212051 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.