Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

70 -- POC:Jacklyn Wengstrom, Contract Specialist, Phone: 928-328-6656, E-Mail:Jackie.Wengstrom@yuma.army.mil or Stephen Foster, Contracting Officer, Phone: 928-328, E-Mail: Stephen.Foster@yuma.army.mil or FAx: 928-328-6849

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-05-T-0046
 
Response Due
7/5/2005
 
Archive Date
9/3/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item 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. Quotes ar e being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures (SAP) as a Brand Name or Equal in accordance with the Federal Acquisition Regulation (FAR) 52.211-6 (Aug 1999). T he Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-4 (8 June 2005) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, and current to DCN 20050606. It is anticipated that payment will be made by Government Visa Credit Card. The Standard Industrial Classification (SIC) is 3571 and The North American Industry Classification System (NAICS) is 334111 with size stand of 1000 employees. The quote shall co nsist of Contract Line Item (CLIN) 0001, quantity of one Server System per the following specification: Server/Mass Storage System C.1 GENERAL: This project is for the procurement of two (2) server and storage systems to replace multiple individual servers and additional RAID storage components. C.2 PURPOSE: Provide 2 server and storage systems which will replace multiple servers. This system shall meet or exceed all the following specifications. C.3 PROCESSORS: Each system shall contain a minimum of 2 Intel Xeon 3.6 Ghz 800 FSB w/1MB Cache and appropriate heat sinks for all processors. C.4 MEMORY: A minimum of 8 GB of ECC DDR2 400 MHz memory shall be provided with each system C.5 STORAGE: A minimum of 2ea - 36.7GB 5.2 ms 10Krpm SATA/150 Hard Disk Drives for the operating systems shall be provided. Appropriate RAID SATA storage assembly to house 1ea; 9.6 Terabyte DAS (direct access storage), 3U Fiber RAID SATA storage system shall be provided for each system See Specs below: A minimum of 24 ea - 400 GB 7200 rpm SATA/150 Hard Disk Drives for each system. ADG Capable  (Dual Parity RAID Scheme  RAID-6) with built-in 2 separate XOR engine for mission critical server storage, survives up to 2 disks failure at the same period of time. A minimum of 256MB ECC DDR Cache w/Battery Backup Built-in RJ-45 Ethernet Port :Web Browser for GUI Setup and Management Support SNMP traps & SNMP MIBs C.6 POWER SUPPLIES: This system shall contain redundant power supplies as required to operate the system. C.7 CABINET: The systems will be housed in a 42U Black Deep Rack mount cabinet with window front. C.8 DISPLAY/KEYBOARD: A 1U Rack mount Keyboard/Mouse/14in LCD w/8-port KVM (1 ea.) with 12 ea. KVM 12-ft cables shall be required for operation of both systems. C.9 CABLES/MISC: This system shall contain all of the necessary cabling and control interfaces to operate the system. C.10 ASSEMBLY AND TESTING: The system shall be assembled and tested at contractors location with RAID configurations. C.11: WARRANTY: This system shall have a 5-year warranty on parts and components. C.12: ADDITIONAL COMPONENTS: Additional components are identified as follows: 1 ea. Logicube OmniClone Solitaire (disk duplicator) 1 ea. 2.0 terabyte DAS, 2U 8-bay Fiber RAID SATA Storage system 2 ea. 6.4 terabyte DAS, 3U 16-bay Fiber RAID SATA Storage systems 3 ea. Fiber RAID Controller Cards for above DAS systems. Specs for above DAS Fiber RAID SATA Storage Systems: ADG Capable  (Dual Parity RAID Scheme  RAID-6) with built-in 2 separate XOR engine for mission critical server storage, survives up to 2 disks failure at the same period of time. A minimum of 256MB ECC DDR Cache w/Battery Backup Built-in RJ-45 Ethernet Port :Web Browser for GUI Setup and Management Support SNMP traps & SNMP MIBs Destination pricing requested. All quotes shall be clearly marked with this Solicitation number W9124R-05-T-0046 and e-mailed to Jackie.Wengst rom@yuma.army.mil or Fax 928-328-6849 on later than Mountain Standard Time (MST) 9:00 A. M., 5 July 2005. Offeror that fail to furnish required representation of information as required by 52.212-1, 52.212-3, and 252.212-7001 cited below, or reject the te rms and conditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible bidder, whose bid conforming to the solicitation will be the most advantageous to the Government based on an acceptab ility and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. Far provision FAR provision 52.212-1 Instruction to Offerors Commercial Items (Jan 2005). Note: In order to complete the Representation and Certifications and review the Clauses in this solicitation you must go to the Air Force Web Site and http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it to a Word Document and complete. Far Provision 52.313-3 Offero r Representations and Certifications Commercial Items (May 2005) and DFARs 252.212-7000 Offerors Representation and Certifications Commercial Items (Jun 2005) apply to this acquisition. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 200 3) applies to this acquisition, specifically addendum 52.247-34, FOB Destination (Nov 1991). FAR Clause 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Apr 2005) applies to this acquisition. 52.2 22-19 Child Labor  Cooperation with Authorities and Remedies (June 2004), 52.222-21 Prohibition Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) 52.222-37 Affi rmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001),52.232-34 Payment by Electronic Funs Transfer Central Contractor Registration (Oct 2003), 52.232-34 Payment by Electronic Funds Transfer other than Central Contractor Registrat ion (May 1999), 52.232-36 Payment by Third Party (May 1999), DFARs Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2005) applies to this acqui sition. In accordance with the Brand Name or Equal Clause 52.211-6, interested parties shall provide descriptive literature on the equal model. After reviewing the solicitation if you plan on participation in this acquisition you are required to provide your name, address phone number, and e-mail address via e-mail of facsimile to the address provided herein for notification of amendments. Your proposal must indicate whether you will accept payment Method by visa or electronic EFT, state warranty term an d conditions and time of delivery.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00835359-W 20050625/050623220843 (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.