Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
DOCUMENT

70 -- Server - Offeror Representations and Certifications

Notice Date
9/11/2008
 
Notice Type
Offeror Representations and Certifications
 
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-0610
 
Archive Date
9/30/2008
 
Point of Contact
Jacquelyn M. Fleet, Phone: 315-330-3270
 
E-Mail Address
jacquelyn.fleet@rl.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items to be acquired under FAR Part 13 Simplified Acquisition Procedures. 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 (if any) or other information pertaining to this solicitation. Solicitation FA8751-08-Q-0610 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) 2005-26 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 a total small business set-aside under NAICS code 334111 and small business size standard 1000 employees. The contractor shall provide the following items on a firm fixed price basis: NOTE: The items listed below represent a viable working solution. However, offerors may propose equivalent products that meet or exceed the Minimum Essential Requirements. A proposal which fails to meet or exceed the Minimum Essential Requirements will be deemed technically unacceptable and will not be considered further for contract award. Item 1: IBM Server x3650 P/N: 7979AC1 or EQUAL Qty: 2 systems Minimum Essential Requirements are as follows: (Quantities are based on one (1) system). Base or packages: Performance package P/N: 6752 Qty: 1 Initital Processor: Quad-Core Intel Xeon Proc x5450 (3.0GHz 12MB L2 1333MHz 120W) P/N: 3696 Qty: 1 Additional Processors: Add'l Quad-Core Intel Xeon Proc x5450 (3.0GHz 12MB L2 1333MHz 120W) P/N: 3382 Qty: 1 Storage subsystem: 3.5" SATA Hot-Swap Enabled System P/N:2471 Qty: 1 Memory: 4GB PC2-5300 CL5 ECC DDR2 Chipkill FBDIMM 667MHz P/N: 0556 Qty: 4 Memory: 2GB PC2-5300 CL5 ECC DDR2 Chipkill FBDIMM 667MHz P/N: 0544 Qty: 2 Configuration Option: Internal SATA RAID - Cabled only, Setup by customer P/N: 9011 Qty: 1 Storage adapter: IBM ServerRAID 8k-l SAS Controller P/N:1671 Qty: 1 Hard disk drive: 750GB 7200 RPM 3.5" Hot-Swap SATA II P/N: 5530 Qty: 2 Optical drive: Multi-Burner Ultrabay Enhanced Drive P/N: 4143 Qty: 1 Ethernet: Dual integrated 10/100/1000 Mbps Ethernet (Standard) P/N: SCOM001 Qty: 1 I/O riser cards: PCI-Express Riser Cards P/N: 4334 Qty: 1 Additional PCI Express adapters: NetXtreme II 1000 Express Dual Port Ethernet Adapter P/N: 2995 Qty: 1 Power supply: Power supply 835W (Standard) P/N: PWRS003 Qty: 1 Rack power cord: 2.8m, 10A/100-250V, C13 to IEC 320-C14 Rack Power Cable P/N: 6311 Qty: 1 Language pack: System Documentation and Software - US English P/N: 8294 Qty: 1 Box Level code RF2 P/N: 2750 Qty: 1 RF3 system Planar P/N: 1148 Qty: 1 3.5" SAS Bay support kit P/N: 0977 Qty: 1 Entry Cable Management Arm P/N: 2005 Qty: 1 No Preload Specify P/N: 9206 Qty: 1 Rack Kit P/N: 0975 Qty: 1 2U Bracket for NetXtreme II 1000 Express Dual Port Ethernet Adapter P/N: 4055 Qty: 1 Power supply Blank Filler P/N: 0980 Qty: 1 3.5" HDD Filler Bezel P/N: 0879 Qty: 4 The estimated delivery date is thirty (30) days ARO. The place of delivery, acceptance and FOB destination point is F4HBL1/ Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441-4516. 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 12 PM (EST) Monday 15 September 2008. Submit to: AFRL/RIKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to jacquelyn.fleet@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. (b)(10) Offerors are not required to submit past performance information. (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. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. 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 (i) Price and (ii) Technical Capability. Both factors are equally important. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2008), ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their offer/proposal. 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 (Jun 2003) 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/contractors 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=43c93cf663e65caf152cf5e1d61adc5e&tab=core&_cview=1)
 
Document(s)
Offeror Representations and Certifications
 
File Name: Offeror Representations and Certifications (Offeror Representations and Certifications--Commercial Items (Dec 07).doc)
Link: https://www.fbo.gov//utils/view?id=0a71a56318f4f5e4f82aaaa8835a4c52
Bytes: 32.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01668362-W 20080913/080911232109-43c93cf663e65caf152cf5e1d61adc5e (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.