Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
DOCUMENT

70 -- Servers, Racks, and Power Cords - Item Specs and Qtys

Notice Date
8/27/2008
 
Notice Type
Item Specs and Qtys
 
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, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-08-Q-0523
 
Archive Date
9/18/2008
 
Point of Contact
Robert Gigliotti,, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments or other information pertaining to this solicitation. Solicitation FA8751-08-Q-0523 is issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812. 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 total small business set-aside under NAICS code 334111 and small business size standard of 1000 employees. The contractor shall provide the items in the attached spreadsheet on a firm fixed price basis. This procurement is for Brand Name Sun Microsystems and SMC equipment in support of the Defense Intelligence Agency's Regional Service Center Server Consolidation Program. The brand name equipment (part numbers and configurations) are required for operability, interoperability, and security parameters and are required to be compatible with the existing architecture currently deployed at the Regional Service Centers. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is no later than 30 days After Receipt of Order. The place of delivery, acceptance and FOB destination point is 1930 Victor Place, Colorado Springs, CO 80915, Attn: William Campos, Mark For: WCRSC Virtualization Project. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM EST, Wednesday September 3, 2008. Submit to: AFRL/RIKO, Attn: Robert Gigliotti 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the government to make an assessment of the quote's technical acceptability. (b)(10) Offerors are not required to submit past performance information for this RFQ. (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 four (4) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. EVALUATION PROCEDURE: Contract award will be made to the responsible offeror whose quote is the lowest priced technically acceptable offer. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2008) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. Offerors are required to submit paragraph (B) of this provision with their quote. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2008), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6 Alt I Notice of Total Small Business Aside (Alternate I) (Oct 1995) 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 (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 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 (Mar 2008), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.227-7015 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 2008) 252.247-7023 Alt III Transportation of Supplies by Sea (Alternate III) (May 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) The following additional DFARS provisions and clauses also apply: 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 all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online 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. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=07717d0abb389d1f53ebad757e50883d&tab=core&_cview=1)
 
Document(s)
Item Specs and Qtys
 
File Name: Item Specs and Qtys (08q0523 items.xls)
Link: https://www.fbo.gov//utils/view?id=eeace0192b54240b6b80abe85963b147
Bytes: 38.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: WCRSC 1930 Victor Place, Colorado Springs, Colorado, 80915, United States
Zip Code: 80915
 
Record
SN01653566-W 20080829/080827223047-07717d0abb389d1f53ebad757e50883d (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.