Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
MODIFICATION

70 -- Computer Server

Notice Date
8/25/2009
 
Notice Type
Modification/Amendment
 
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-Q-0462
 
Archive Date
9/11/2009
 
Point of Contact
Elizabeth K. Tallman, Phone: 315-330-1940
 
E-Mail Address
elizabeth.tallman@rl.af.mil
(elizabeth.tallman@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*** AMENDMENT 02 The Intel Xeon component is revised to show "X5550" in lieu of "E5550". The response date remains the same. Revised text is below. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and13 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 (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0462 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090729. 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 1,000 employees. The contractor shall provide the following items on a firm fixed price basis: ITEM 1: Computer Hardware & Software / Integration & Testing QTY: 8 MFR P/N: Microway Quad-Core Xeon NumberSmasher Server OR EQUAL DESCRIPTION 1. COMPUTER HARDWARE & SOFTWARE Quad-Core Xeon + GPU 1U Compute Node; NumberSmasher Dual Intel Nehalem Xeon + GPU Server; 1U Chassis with 1400W High-Efficiency (93%) Power Supply; Intel Tylersburg 5520 chipset; Intel QuickPath Interconnect (QPI) with system bus up to 6.4GT/s; Twelve slots for up to 48GB Reg. ECC DDR3-1333/1066/800 memory; Dual Integrated Intel 82576 Gigabit Ethernet ports; Two PCI-E 2.0 x16 slots for double-width GPUs; One PCI-E 2.0 x4 Low-Profile, Half-Length slot (physical x16); Integrated Matrox G200eW Graphics; IPMI 2.0 w/ Virtual Media, KVM and Dedicated LAN Support; 1 VGA, 1 COM, 2 Gbit LAN, 4 USB 2.0 ports; Slimline DVD Drive; Three hot-swap 3.5" SATA-II Hard Drives; (2) Intel Xeon X5550 Nehalem 2.66 GHz Quad Core CPU with 256 KB Cache/core and 8MB Shared L3, DDR3-1333, 6.4GT/sec QPI, 95W; (6) 2GB DDR3 1333 MHz ECC/Registered Memory (12GB Total Memory @ 1066MHz); (3) 500 GB Seagate Barracuda ES.2 SATA/300 ST3500320NS, 32MB Cache, 3Gb/s, NCQ, 200RPM, 1.2 million hours MTBF, Maximum Sustained Transfer Rate: 105 MB/sec; (One Drive for Operating System) (Two-Drive RAID0 Stripe for Data); (2) Cat 6 Ethernet Cable (10 ft - or appropriate length); Red Hat Enterprise Linux 5 Basic (x86, AMD64, EM64T) 1 Year Subscription with E-mail Support; Red Hat Enterprise Linux 5.3, CUDA Toolkit/Libraries & GNU Compilers installed and configured; Mellanox ConnectX EN Dual-Port 10G CX4 Ethernet Adapter (PCI-E 2.0 x8, 5 GT/s, Memfree, RoHS R5 Compliant) Installed 2. INTEGRATION & TESTING In addition to the servers requested above, offerors shall include in their quote integration and testing of 12 Government owned GPGPU Tesla C1060 cards into their systems (four machines will have two cards and four machines will have one card). The Tesla cards will be hand-delivered by USAF representatives for the integration and testing. USAF representatives will observe the integration and stress-test procedures. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected completion date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 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 quotes are due at or before 3 PM (ET) THURSDAY 27 AUGUST 2009. Submit to: AFRL/RIKO, Attn: Elizabeth Tallman 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8301 or by email to Elizabeth.Tallman@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. Include a brief description of integration and testing procedures. (b)(10) Past performance information is not required. (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 four (4) 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 FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: PRICE and TECHNICAL CAPABILITY. Both factors are of approximately equal importance. The PRICE factor will consist of the cost for all hardware, software, integration, and testing as well as the Government's estimated cost for the USAF representatives to hand-deliver cards and observe integration and testing. The TECHNICAL CAPABILITY factor will consist of an assessment of the degree to which the offeror's quoted hardware, software, integration, and testing meets or exceeds the specifications in the description above. The representations and certifications found in the provision at 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 complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside Alternate I 52.219-28, Post Award Small Business Program Representation 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 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, Transportation of Supplies by Sea - Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and DFARS provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN 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 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-Q-0462/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, 26 Electronic Parkway, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01925991-W 20090827/090826001229-6e1c77334280d97dd143f756867c9eaa (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.