Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

70 -- Servers and Memory

Notice Date
5/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
FA8751-09-R-0025
 
Archive Date
6/2/2009
 
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; proposals 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 FA8751-09-R-0025 is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 and 2005-32, and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115. 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 following 3 items on a firm fixed price basis. Note: although these items are identified by Sun Microsystems part numbers, EQUIVALENT SYSTEMS that MEET or EXCEED the specifications and performance capabilities of these items ARE ACCEPTABLE. ITEM 1: Server Configuration A DESCRIPTION: The following specifications, part numbers, and quantities represent a SINGLE "Server Configuration A". QUANTITY: Two (2) each "Server Configuration A" are required. (Please double all quantities listed below for ITEM 1 ONLY). 1.1. P/N: SEEPDJB1Z QTY: 1 Description: Sun SPARC Enterprise M4000server. Includes 2*2.4GHz SPARC64 VII four-core Processors (1 CPU boards with 2 *CPUS each & 5MB on-chip L2 cache), and 8GB system memory on (2 memory modules with 4 * 1GB DDR2 DIMMs), 2 * 146GB SAS hard disks, 1 DVD-ROM, 2*Gb Ethernet ports, 1 I/O tray with 4 PCI-E and 1 PCI-X slots, 2 power supplies (110V or 220V with N+N redundancy), RoHS-5. 1.2. P/N: X3000A QTY: 1 Description: XVR-300 2D Graphics Frame Buffer. 24-bit color, high resolution 2D graphics accelerator. PCI Express x8 interface and dual DVI-I. RoHS-6. 1.3. P/N: SG-XPCIE2FCEM4 QTY: 1 Description: Sun StorageTek PCI-E Enterprise 4Gb FC Host Bus Adapter, Dual Port, Emulex, includes standard and low profile brackets. RoHS 6 compliant. 1.4. P/N: SELX2E1Z QTY: 2 Description: Sun SPARC Enterprise Server Memory Module includes 4 *1GB DIMMs, 4GB total memory. For use with SPARC Enterprise M4000 and M5000 servers, RoHS-5. 1.5. P/N: SELX9P11Z QTY: 2 Description: Power Cord for SPARC Enterprise Server M4000 and M5000 for North America and Asia regions (NEMA L6-20P 4 meter cord) RoHS compliant. 1.6 P/N: IWU-M4K2-24-3G QTY: 1 Description: GOLD-7X24-SYS-SVCSun SPARC Enterprise M4000 Server with 2-Way Upgrade to Gold Support + 7X24 On-Site Support for 3 years. 1.7. P/N: IWU-SDPSDENSYS-3B QTY: 1 Description: Sun Data Protection Services-Retention Coverage enterprise level servers disk only per unit retention coverage. Allows customer to retain all failed disks in covered server. Coverage for three years. ITEM 2: Server Configuration B DESCRIPTION: The following specifications, part numbers, and quantities represent a SINGLE "Server Configuration B". QUANTITY: One (1) each "Server Configuration B" is required under ITEM 2. 2.1. P/N: SETPAAE2Z QTY: 1 Description: Sun SPARC Enterprise T5140 Server, 2 4 Core 1.2GHz UltraSPARC T2 Plus processors, 8GB FBDIMM memory (8 1GB), 4 disk capacity, 2 * 146GB 10K RPM SAS disks, 1 DVD+/-RW, 4 10/100/1000 Ethernet ports, 1 serial port, 4 USB ports, 1 dedicated PCI-E low profile slot, 2 PCI-E low profile or XAUI (10Gb Ethernet) slots, 2 (N+1) 760W power supplies, Solaris 10 software pre-installed, RoHS-6 complaint. 2.2. P/N: X311L QTY: 2 Description: Localized Power Cord Kit North American/Asian.Hazard Class Y, RoHS compliant. 2.3. P/N: IWU-T5140-4-3S/SLVR-SYS-SVC QTY: 1 Description: 3 years of Silver Support (Must be equivalent to support offered under Sun) 2.4. P/N: SG-XPCIE2FCEM4 QTY: 1 Description: Sun StorageTek PCI-E Enterprise 4Gb FC Host Bus Adapter, Dual Port, Emulex, includes standard and low profile brackets. RoHS 6 compliant. 2.5. P/N: X3000A QTY: 1 Description: XVR-300 2D Graphics Frame Buffer. 24-bit color, high resolution 2D graphics accelerator. PCI Express x8 interface and dual DVI-I. RoHS-6. 2.6. P/N: SESX3C11Z QTY: 2 Description: 146GB 10K RPM 2.5" SAS disk drive with bracket (Qty 1). For use with Sun SPARC Enterprise T5120, T5220, T5140 & T5240 or equivalents. 2.7. P/N: IWU-SDPSDETSYS-3B QTY: 1 Description: Sun Data Protection Services-Retention Coverage entry level servers disk only per unit retention coverage. Allows customer to retain all failed disks in covered server. Coverage for three years. ITEM 3: Memory P/N: X8711A QTY: 11 Description: 4 GB (2 * 2 GB) Memory Kit, low-profile DDR1 PC2700 ECC DIMMs, RoHS-6 Compliant. Offerors shall specify at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 30 Days After Receipt of Order (ARO). The place of delivery, acceptance, and FOB destination point is F4HBL1/Transportation Deport 2, 148 Electronic Parkway, Rome, NY 13441. 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 proposals are due at or before 3 PM (ET) Monday May 18, 2009. 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 proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (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 4 (four) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. Paragraph (a) - the following evaluation factors shall be used to evaluate offers: Price, Technical Capability, and Past Performance. Technical Capability will be assessed by the following mandatory requirements: (i) whether the offeror is a Sun Microsystems Authorized/Certified Reseller, an Authorized/Certified reseller of bands other than Sun equipment, or an Original Equipment Manufacturer, and (ii) to what degree the proposed system meets or exceeds the specifications and performance capabilities of the Sun equipment identified above. All evaluation factors other than price, when combined, are of equal importance to price. The representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2009) and 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 proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (APR 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (Oct 1995) 52.219-6, Alt I Notice of Total Small Business Aside Alternate I (Oct 1995) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Apr 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) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 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 (Jan 2009), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (APR 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2008) 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) DEVIATION 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) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARS provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (AUG 2008) 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 Karen Sue 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 DFARS 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. OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (FEB 2009) and ALT I (APR 2002), paragraph (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (m) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) (a) Definitions. As used in this clause- (1) "Foreign person" means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=537e6502ca48a08b9d59521ba1d59080&tab=core&_cview=1)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01809698-W 20090507/090505222029-537e6502ca48a08b9d59521ba1d59080 (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.