Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

70 -- Rackmount Kit, Server, and Software

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8751-07-R-0019
 
Response Due
8/30/2007
 
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; proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-07-R-0019 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070802. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 334111 and small business size standard of 1000 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Sun Fire Rackmount Kit Qty: 2 P/N: X9628A-Z Manufacturer: Sun Microsystems Description: Sun Fire V880/V890 Rackmount Kit to Mount System within a Standard 19 inch wide, 39 inch deep Rack. Requires 17 RU. Includes Three (3) Jumper/Power Extension Cords, Geography Independent, Part No. 530-3096-01, RoHS-5 Compliant. Item 2: PCI Interface Card Qty: 20 P/N: X4151A Manufacturer: Sun Microsystems Description: Sun Gigaswift Ethernet MMF PCI Adapter. Item 3: Sun Ray 2FS Server Qty: 100 P/N: NTC-15Z-00 Manufacturer: Sun Microsystems Description: Sun Ray 2FS Virtual Display Client, 1920 x 1200 MAX Resolution, Includes: (1) 100Base-FX Fiver Optic Port; (2) DVI Video Ports (For Native Dual-Head Configurations); (3) USB 2.0 Ports; (1) Serial Port; (1) Smart Card Reader; Type 7 Country Kit Not Included, Monitor Not Included. Item 4: Keyboard with USB Connector Qty: 100 P/N: X3731A Manufacturer: Sun Microsystems Description: Type 7 PC Style Keyboard with USB Connector, RoHS-6 Compliant. Item 5: VFind Security Software Qty: 2 P/N: VSTK Manufacturer: Cybersoft Description: Licenses-VFind Security Toolkit Standard Edition, Version 172; Year One of Maintenance and Support Contract via Internet included. Item 6: Rackmount Door Qty: 2 P/N: T2RD0003-P Manufacturer: Shark Rack Description: Door-T2 Black Read Door, Split Fully Vented. Item 7: Rackmount Door Qty: 2 P/N: T2FD004-P Manufacturer: Shark Rack Description: Door-T2 Black Front Door, Plexiglass with Vented. Item 8: Solaris 8 Software Qty: 2 P/N: TS81SC8L-E999 Manufacturer: Sun Microsystems Description: Software License-Trusted Solaris 8 2/04, 5 to 16 CPUs Enterprise Server CERTIFIED Edition Software, License and Limited Documentation SPARC Platform Edition. Item 9: Solaris 8 Software Qty: 2 P/N: TS81S-C-E999-1ST Manufacturer: Sun Microsystems Description: Software License-Trusted Solaris 8 Enterprise Server CERTIFIED Edition, SPARC Platform Edition, Media License and Limited Documentation, Annual Standard Support. Item 10: Sun Ray Software Qty: 100 P/N: CEC19-410C992S Manufacturer: Sun Microsystems Description: Sun Ray-Software 4 10/06, Single Seat Right to Use License Only, allows use of 1 Sun Ray Thin Client on any combination of servers any OS. Note that media kit and software download sold separately. Item 11: Sun Ray 4 Software Qty: 100 P/N: CEC-19-C992-1ST Manufacturer: Sun Microsystems Description: License-Sun Ray Software 4, Single Seat License, Standard Support. Allows use of 1 Sun Ray Thin Client on any combination of servers any operating system. Annual Standard Support. Item 12: Media Kit Software Qty: 100 P/N: CEC99-C99BS-1M Manufacturer: Sun Microsystems Description: Software Media Kit-Sun Ray Software 4 Media Kit, 1 Year Electronic Distribution. Brand Name Justification: DODIIS Trusted Workstation (DTW) relies exclusively upon the Trusted Solaris Operating Systems (TSOL), Sun Ray Server Software (SRSS), and associated hardware to provide Multi-Level Service (MLS) access to the desktop via the Sun Ray thin client. The Defense Intelligence Agency (DIA) has mandated the use of DTW throughout all DODIIS sites; therefore, Sun Microsystems is the only brand that will support the deployment of the DTW infrastructure. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after receipt of award. The place of delivery, acceptance and FOB destination point is Marine Corp Intel, 2033 Barnett Ave., Quantico, VA 22134. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Sep 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 3 PM Thursday 30 August 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8239 or by email to jacquelyn.fleet@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999) applies. Paragraph (a) - The following evaluation factors shall be used to evaluate offers: Price and Past Performance. Both are of equal importance. Past performance may be obtained by the Government from sources inside or outside the Government in order to determine responsibility. Offerors are not required to submit past performance information. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to complete only paragraph (k) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005). For your convenience, paragraph (k) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jun 2007), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995) 52.219-6 (Alt I), Notice of Total Small Business Aside Alternate I (Oct 1995) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.225-7012, Preference for Certain Domestic Commodities (Jan 2007) 252.225-7015, Technical Data - Commercial Items (Nov 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003, Electronic Submission of Payment Requests (Mar 2007) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional DFARS provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) 252.211-7003, Item Identification and Valuation (Jun 2005) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, Ombudsman (Aug 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. All contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see https://wawf.eb.mil). Wide Area Workflow Training may be accessed at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following Numbered Notes apply: 1 Point of Contact Jacquelyn Fleet, Contract Specialist, Phone 315-330-3270, FAX, 315-330-8239, Email jacquelyn.fleet@rl.af.mil.
 
Record
SN01382777-W 20070825/070823221339 (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.