Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

70 -- CS 650, CS 100S Rackmount Server and USB Flash Drive

Notice Date
4/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-05-Q-A178
 
Response Due
4/19/2005
 
Archive Date
6/30/2005
 
Point of Contact
Tammie Shelton, Contracting Officer, Phone (618) 256-9962, Fax (618) 256-5724,
 
E-Mail Address
tammie.shelton@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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 will not be issued. The solicitation is issued as a Request for Quote (RFQ) under the number FA4452-05-Q-A178. This document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 2005-03. In accordance with FAR Subpart 19.2, it is the policy of the Government to provide maximum practicable opportunities in its acquisitions for small business concerns. In accordance with FAR Subpart 19.5, this acquisition has been exclusively set aside for participation by small business concerns. The North American Industry Classification System (NAICS) code for this acquisition is 334111. Small business size standard is 1000 employees. The AMC Contracting Flight plans to issue a purchase order under the test program described in FAR 13.5 for the contractor to accomplish the following: The contractor shall provide 27 Each Crystal Group CS650 Rackmount Server and embedded specific configuration cards with the following salient characteristics: (1) Part Number (PN) A79145 Chassis, CS650 AC 300W 0, 4, 1 AL 3-HDD Removable, (1) A61402-2400 SBC, P4 2.4GHZ AGP VGA/2GBNIC/U3SCSI, (2) V60988-512 DDR SDRAM, 512MB, 184 PIN DIMM, PC2100, NON-REG, (1) V64386-366 HDD, SCSI, 36.6G, U320, SCA, 1”, SG CHEET 10K RPM, (1) V66023, Carrier, 3 X 1” HDD SLOTS, SCA, ICYDOCK, (1) A33705 DVD/CDRW KIT, SLIMLINE DVD/CDRW W/CONNECTOR ADAPTER, (1) V39170 SOFTWARE, ROXIO EASY MEDIA CREATOR 7, (1) V33700 Floppy Drive, 1.44MB 3.5” INT Black, (1) A00061 Kit, CS650 Rear Mounting, (1) V18978-24, Cable, IDE ATA66/100 80 COND. 24”, (1) A22227 Harness, P4 4M4 SBC to Backplane, (1) A50369 Heatsink/Fan, P4 Socket 478 W/Clips, (2) V13603 Spacer, Round, Threaded 4-40 W/SDS, (4) V21401 Screw, PHL, 440X0.250 ZINC, (1) A50847 ASSY, Bracket, LCD Filler W/USB, (1) VXXXXX QSC-100-D9 4PT RS232 PCI, (1) VXXXXX DSC-100 2PT RS232 PCI, (1) VXXXXX PCD-B/PCI-E 1 SLOT PCMCIA Card Drive. Requires a 3 year warranty for CS650. The contractor shall provide 27 Each Crystal Group CS100S Rackmount Server with embedded specific configuration cards with the following salient characteristics: (1) A98144 CS100S AC 300W 2 PCI 32BIT/33MHZ, (1) A61401-2400 SBC, P4 2.4GHZ 1U AGP VGA/2GBNIC, (2) V60988-512 DDR SDRAM, 512MB, 184 PIN DIMM, PC2100, NON-REG, (1) V64382-400 HDD, EIDE, 40.0G, 100, 2.5” x 1/8H, 5400RPM, (1) V66063 CARRIER, FRAME & CARRIER FOR 2.5” EIDE ATA/100 DR, (1) A33705 DVD/CDRW KIT, SLIMLINE DVD/CDRW W/CONNECTOR ADPTR, (1) V39170 SOFTWARE, ROXIO EASY MEDIA CREATOR 7, (1) A00059 KIT, CS100/CS100S FRONT MOUNTING, (1) A55407-12, CABLE, PARELLEL 12”, KEYED, (1) V18972 CABLE, HARD DRIVE 5 SLOT PCI, (1) V50420 Heatsink, P4 Socket478, 21.6 MM custom height, (1) A51050 PCB ASSY, PCI CS100 SUPPORT CARD, (1) MS20138 Cover, USB Port, BLACK, (1) VXXXXX MPAC-100 1PT RS232 SYNCHRONOUS PCI CARD. CS100S should have 1 USB in front and 1 in rear. CS100S should have a 3 year warranty. The contractor shall provide 88 USB Flash Drive 1GB. Delivery required not later than 30 May 2005 to the following address: HQ AMC/A31MM, ATTN: MSgt Gordon Mossman, 3105 East Drive, Building 3192, Scott AFB, IL 62222. Inspection and Acceptance shall be FOB Destination. Information shall be provided in a format that reflects the price per item and total contract price. Total cost shall include all shipping and handling. The solicitation will be issued on a Brand Name or Equal basis. The provision at 52.212-1, Instruction to Offerors – Commercial, applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement for all line items. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification – Commercial Items with their offer if not registered with On Line Reps and Certs (ORCA). 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, with the following clauses: 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212). 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332). FAR Clause at 52.211-6 – Brand Name or Equal (Aug 1999) FAR 52.214-21 – Descriptive Literature (Apr 2002). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) applies to this acquisition with the following clauses: 252.225-7001 Buy American Act and Balance of Program and 52.225-7014 Preference for Domestic Specialty Metals and 252.232-7003 Electronic Submissions of Payment Requests (JAN 2004). This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Offers are due to the following email address no later than 19 April 2005 12:00 p.m. CDT: Tammie.Shelton@scott.af.mil, Tammie Shelton, 618-256-9962, HQ AMC CONF/A7KFC, 507 Symington Drive, Room W202, Scott AFB, 62225-5015 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/AMCLGCF/FA4452-05-Q-A178/listing.html)
 
Record
SN00787793-F 20050415/050413214045 (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.