Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
SOLICITATION NOTICE

70 -- Clear Cube Workstation and Blade Servers

Notice Date
3/12/2008
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-1300094970
 
Response Due
3/18/2008
 
Archive Date
4/2/2008
 
Point of Contact
Mary Orwig, Contract Specialist, Phone (301) 995-8112, Fax (301) 995-8342, - Josephine Scully, Contract Specialist, Phone (301) 995-8117, Fax 301-995-8670
 
E-Mail Address
mary.orwig@navy.mil, josephine.scully@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation. The reference document number for this is 1300094970. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and Defense Acquisition Circular 20080124. The applicable NAICS code is 334119. This equipment will be procured on a Brand Name or Equal Mandatory basis for Clear Cube Equipment. The Government has been tasked to deliver Joint Worldwide Intelligence Communications System (JWICS) Mobile Integrated Communication System (JMICS) systems to support tactical and strategic intelligence communications in theatre. The requested Clear Cube Workstation and Blade Servers will provide JMICS with a centralized computing solution that integrates all the functions of a traditional Central Processing Unit (CPU) to give full control over computing at a remote workstation. JMICS requires a workstation that will provide a space savings, improve user ergonomics, and meet their Tempest/Emission Security (EMSEC) requirements. The Tempest/EMSEC requirement limits electric or electromagnetic radiation emanations from electronic equipment, which Clear Cube can provide. This requirement does not include options, spares, or refurbishments. In accordance with FAR 6.302-1, ?Only one responsible source and no other supplies or services will satisfy agency requirements?. Only the requested make and model will be procured because it identifies the required design that allows Clear Cube Workstations to remote CPU?s to user workstations while storing the CPU?s in secure locations that meet the Tempest/EMSEC requirements. The Clear Cube workstation provides a solution by removing the clutter and allows for a more effective working environment. The contract line item number and description is: **CLIN 0001 Clear Cube GR2200-542, Xeon 3.2, 80GB, 2X2, 2X1GB, XPP, 44 Pin, P/N: GR2200-542, (5 ea); CLIN 0002 Clear Cube R1300 Blade, P/N: G091173, (32 ea); CLIN 0003 Pentium 4 661, 3.6 GHz, 2MB Cache, P/N: G932133-360, (32 ea); CLIN 0004 80 GB HDD SATA II, P/N: G910022-080, (32 ea); CLIN 0005 2 GB DDR2-533 Non EEC SDRAM, P/N: G920017-2000, (32 ea); CLIN 0006 2 GB DDR2-533 Non EEC SDRAM, P/N: G920017-2000, (32 ea); CLIN 0007 No OS Installed, Linux ready, P/N: G053030, (32 ea); CLIN 0008 44-pin Chassis Interposer, P/N: G081092, (32 ea); CLIN 0009 Clear Cube C7130 Communication Port, P/N: G091154, (35 ea); CLIN 0010 Clear Cube Power Brick & Cord, P/N: G081018, (35 ea); CLIN 0011 Clear Cube Model I8330 I/Port w/US power cord, P/N: G091181, (23 ea); CLIN 0012 Clear Cube GR4302 Bundle (4302/4345/4362/Mount Kit), P/N: GR4302CB, (5 ea); CLIN 0013 Clear Cube GR4387, 8X8 Connect Module, P/N: G091068, (5 ea); CLIN 0014 Clear Cube CMS5 Bundle 1 Yr M&S, P/N: CMS5, ( 32 ea); CLIN 0015 Sentral Console License (inc 1yr. M&S), P/N: G090107, (23 ea); CLIN 0016 Dynamic Allocation Mod Lic (inc 1yr M&S), P/N: G090109, (23 ea); CLIN 0017 Clear Cube R Series CPU Blade 3 Year Warranty Hdrep, P/N: G091142, (32 ea); CLIN 0018 Clear Cube R Series Chassis 3 Year Warranty, P/N: G091127, (5 ea); CLIN 0019 Clear Cube Communication Port 3 Year Warranty, P/N: G091124, (35 ea); CLIN 0020 Clear Cube R Series Dual CPU Blade 3yr Warr HD rep, P/N: G091144, (5 ea); CLIN 0021 Clear Cube I/Port 3yr Warranty, P/N: G091129, (23 ea); CLIN 0022 Clear Cube CMS5 Bundle 3 Yr M&S from Purchase, P/N: CMS5-MR2, (32 ea), CLIN 0023 Sentral 3yr M&S from Purchase, P/N: G090113, (23 ea); CLIN 0024 Dynamic Allocation Mod 3yr M&S from Purchase, P/N: G090115, (23 ea); CLIN 0025 Asset Tag, P/N: 99-ASSET, (6 ea); CLIN 0026 Level 1 Cert. Training 5 days per seat, P/N: G0990001, (3 ea); and CLIN 0027 Level 2 Cert. Training 5 days per seat, P/N: G00990002, (1 ea). Award is expected to be 31 March 2008. The items will be shipped FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010. FAR 52.212-1 INSTRUCTIONS TO OFFERORS ?COMMERCIAL ITEMS (Nov 2007) is incorporated by reference and applies to this acquisition. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (Nov 2007) with its proposal. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (Feb 2007) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS (Feb 2008) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402).; (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a).; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).; (4) [Reserved]; (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644).; (ii) Alternate I (Oct 1995) of 52.219-6.; (iii) Alternate II (Mar 2004) of 52.219-6.; (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644).; (ii) Alternate I (Oct 1995) of 52.219-7.; (iii) Alternate II (Mar 2004) of 52.219-7.; (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).; (8) (i) 52.219-9, Small Business Subcontracting Plan (Nov 2007)(15 U.S.C. 637 (d)(4).); (ii) Alternate I (Oct 2001) of 52.219-9.; (iii) Alternate II (Oct 2001) of 52.219-9.; (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)).; (10) 52.219-16, Liquidated Damages?Subcontracting Plan (Jan 1999)(15 U.S.C. 637(d)(4)(F)(i)).; (11) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).; (ii) Alternate I (June 2003) of 52.219-23.; (12) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).; (13) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).; (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f).; (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)).; (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755).; (17) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126).; (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).; (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).; (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).; (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793).; (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).; (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).; (24) (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts).; (ii) Alternate I (Aug 2007) of 52.222-50.; (25) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)).; (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)).; (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).; (27) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).; (ii) Alternate I (Dec 2007) of 52.223-16.; (28) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d).; (29) (i) 52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169).; (ii) Alternate I (Jan 2004) of 52.225-3.; (iii) Alternate II (Jan 2004) of 52.225-3.; (30) 52.225-5, Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).; (31) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).; (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).; (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).; (35) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)).; (36) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332).; (37) 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332).; (38) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332).; (39) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a).; (40) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).; (ii) Alternate I (Apr 2003) of 52.247-64.; (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.).; (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).; (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006)(29 U.S.C.206 and 41 U.S.C. 351, et seq.).; (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).; (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).; (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).; (7) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007)(31 U.S.C. 5112(p)(1)).; (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.; (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract.; (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.; (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.; (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.; (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).; (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).; (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793).; (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).; (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50.; (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.); (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.); (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.; (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Offeror shall include a completed copy of the provision at DFAR 252.212.7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ?COMMERCIAL ITEMS (JUN 2005) with its quote. DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITONS OF COMMERCIAL ITEMS (APR 2007) is incorporated by reference. (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416); (2) 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637); (3) 252.219-7004, Small Business Subcontracting Plan (Test Program) (APR 2007) (15 U.S.C. 637 note); (4) 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582); (5) 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007) (10 U.S.C. 2533a); (6) 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a); (7) 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a); (8) 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts); (9) 252.225-7021, Trade Agreements (MAR 2007) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); (10) 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779); (11) 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755); (12)(i) 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note); (ii) Alternate I (OCT 2006) of 252.225-7036; (13) 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)); (14) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts); (15) 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320); (16) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321); (17) 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227); (18) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375); (19) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410); (20)(i) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631); (ii) Alternate I (MAR 2000) of 252.247-7023; (iii) Alternate II (MAR 2000) of 252.247-7023; (iv) Alternate III (MAY 2002) of 252.247-7023; (21) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631); (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a); (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375); (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631); (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). The clause at DFAR 252.204.7004 Alternate A (SEP 2007) applies to this solicitation. Responsible interested parties may submit information to this office, which identifies their interest and capability to respond to this requirement. The Government will consider all information received by 18 March 2008, 1430 EST. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information contact Mary Jean Orwig, Code 251233, at (301) 995-8112, Fax (301) 995-8670 or e-mail to mary.orwig@navy.mil . **END**
 
Place of Performance
Address: Villa Road, St. Inigoes, MD
Zip Code: 20684-0010
Country: UNITED STATES
 
Record
SN01530957-W 20080314/080312224828 (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.