Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2008 FBO #2485
SOLICITATION NOTICE

70 -- Computer Power Protection

Notice Date
9/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment 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-0644
 
Archive Date
10/1/2008
 
Point of Contact
Richard C Childres,, Phone: 315-330-4194
 
E-Mail Address
richard.childres@rl.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 FA8751-08-Q-0644 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 Service Disabled Veteran Owned Small Business set-aside. The NAICS code is 334119 and small business size standard is 1000 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Power protection for servers and voice and data networks Qty: 17 Description: Rackmount 2U power protection (includes CD with software, Rack Mounting support rails, Smart UPS signaling RS-232 cable, USB cable) with the following specifications: Output Power Capacity 2700 Watts / 3000 VA Max Configurable Power 2700 Watts / 3000 VA; Nominal Output Voltage 120v; Output Voltage Distortion Less than 5% at full load; Output Frequency (sync to mains) 47 - 53 Hz for 50 Hz nominal,57 - 63 Hz for 60 Hz nominal; Crest Factor up to 5 : 1; Sine Waveform Type; (6) NEMA 5-15R and (2) NEMA 5-20R Output Connections; Nominal Input Voltage 120V; Input Frequency 50/60 Hz +/- 3 Hz (auto sensing); Input Connections NEMA L5-30P; Input voltage range for main operations 82 - 144V; Input voltage adjustable range for mains operation 75 - 154V; Maintenance-free sealed Lead-Acid battery with suspended electrolyte : leakproof; DB-9 RS-232,SmartSlot,USB Interface Port(s); 1 Available SmartSlot Interface Quantity; 480 Joules Surge energy rating; Full time multi-pole noise filtering : 0.3% IEEE surge let-through : zero clamping response time : meets UL 1449 Filtering; BSMI,CSA,UL 1449,UL 1778,FCC Part 15 Class A Regulatory Approvals; 2 years repair or replace Standard Warranty (APC p/n SUA3000RM2U, OR EQUAL) Offerors shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441. 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 EST TUESDAY 16 SEPTEMBER 2008. Submit to: AFRL/RIKO, 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. (b)(4) Submit a technical description of the items being offered. (b)(10) No past performance information is required. (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 may 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 (i) Price and (ii) Technical Capability. 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 (B) 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: 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 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: 252.227-7015 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 DFARS and AFFARS clauses and provisions also apply: 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 DFARS 232.7003 for 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c76788699bf7860be884ed814966f883&tab=core&_cview=1)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01670121-W 20080915/080913214519-c76788699bf7860be884ed814966f883 (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.