Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

70 -- SunFire V215 Server and Equipment

Notice Date
9/11/2007
 
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-Q-0586
 
Response Due
9/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-07-Q-0586 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070906. 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 offeror shall provide the following items on a firm fixed price basis: Item 1: SUN FIRE V215 SERVER Qty: 3 Sun Microsystems 215-ELZ2C12GC2 Description: Sun Fire V215 server, 2x1.5 GHz ULTRASPARC IIIi processors, 1 MB L2 cache per processor, 2GB memory, 2x73 GB 10krpm SAS disk drives, 4x10/100/1000 MBps ethernet ports Item 2: POWER CORD KIT Qty: 3 Sun Microsystems X311L Description: Power Cord Kit, localized power cord kit North American, hazard class Y, RoHS Compliant. Item 3: GRAPHICS ADAPTER Qty: 3 Sun Microsystems X7296A Description: Sun XVR 100 Graphics Accelerator, 2D Graphics, 24 bit color, 64 MB Frame Buffer Memory, Single Slot PCI, Max resolution 1920x1200, DVI and HD-15 connectors, dual video support, S/W drivers CD, installation manual, RoHS 6 Compliant. Item 4: DVD DUAL DISK DRIVE Qty: 3 Sun Microsystems XRB-SS2CD-73G10KZ Description: 73 GB 10000 RPM 2.5 inch SAS Disk Drive with Bracket, RoHS-6 Compliant. Item 5: SOLARIS CAT2 SERVICE PLAN Qty: 3 Sun Microsystems SSOL-CAT2-1ST Description: SOLARIS OS support CAT2 stnd, SOLARIS standard service plan 2 socket, SPARC, 1 year. Item 6: SAS DISK DRIVE Qty: 6 Sun Microsystems XRBSS2CD73G10KZ Description: 73 GB 10krpm SAS disk with bracket, RoHS-6 compliant. BRAND NAME JUSTIFICATION The Sun Microsystems items contain the necessary hardware, software, and licenses required to allow DTW (DODIIS Trusted Workstation) SRSS (Sun Ray Session Servers) to connect to the unclassified network (NIPRNET). The DTW N5 suite is a tightly controlled baseline that has been certified and accredited by DIA (Defense Intelligence Agency) to allow access to the unclassified network. Any change or substitution to this baseline would require evaluation and possible recertification or reaccreditation by DIA. DTW relies exclusively upon the SRSS and associated hardware to provide MLS (Multi-Level Service) access to the desktop via the Sun Ray thin client. DIA has mandated the use of DTW for all DODIIS sites. Offerors shall provide at least the same warranty terms, including extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB destination point is Air Force Labs, Rome NY, 13441. Offerors shall provide at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda: (b) Written quotes are due by 3 PM Sunday 16 September 2007. Submit to: AFRL/IFKO, Attn: Richard Childres, by email at richard.childres@rl.af.mil, by fax to 315-330-7513, or by mail to 26 Electronic Parkway, Rome NY 13441-4514. (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 (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. 52.212-2 Evaluation-Commercial Items. The Government intends to award a firm fixed price contract as a result of this RFQ to the responsible offeror whose quote is the most advantageous based on price and ability to support manufacturer?s service and warranty. Both factors are of equal importance. 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (k) of this provision with their quote. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply: 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 252.225-7001 Buy American Act and Balance of Payments Program 252.227-7015 Technical Data Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following FAR, DFARS, and AFFARS clauses and provisions also apply: 52.204-7 Central Contractor Registration 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference, with the following internet addresses filled-in: http://www.arnet.gov/far or http://farsite.hill.af.mil 252.204-7004 (Alt A) Required Central Contractor Registration Alternate A 252.211-7003 Item Identification and Valuation 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7002 Qualifying Countries as Subcontractors 252.232-7010 Levies on Contract Payments 5352.201-9001 Ombudsman with the following filled in: 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. Offerors must familiarize themselves with this clause and specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.
 
Record
SN01402374-W 20070913/070911221044 (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  © 1994-2020, Loren Data Corp.