Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

70 -- 1U Dual Cell-Based System - Server

Notice Date
8/26/2009
 
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-Q-0487
 
Archive Date
9/17/2009
 
Point of Contact
Robert Gigliotti, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
(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 (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0487 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) 2005-36 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 1000 employees. The contractor shall provide the following items on a firm fixed price (FFP) basis: (Note: although the following item is identified by manufacturer and nomenclature, an EQUIVALENT item that MEETS or EXCEEDS the specifications and performance capabilities of this item IS ACCEPTABLE.) Item 1: 1U Dual Cell-Based System 3 - Server Qty: 3 Mfr: Mercury Computer Systems Specifications: Dual PowerXCell 8i Processors PPE core: IBM 64-bit Power Architecture L1 cache size: 32 KB instruction; 32 KB data L2 cache size: 512 KB SPEs: 8 Local store: 256 KB Registers 128 x 128 bits wide EIB: 205 GB/s sustained aggregate bandwidth Processor internal clock speed: 3.2 GHz Processor-to-memory bandwidth: 25.6 GB/s Processor-to-processor coherent interface: 20 GB/s in each direction Memory Processor DDR2 memory Each processor Base system includes 4 GB per processor Organized as 4 DIMM sockets per processor, 2 DIMMs per channel Supports 1-, 2-, or 4-GB DIMMs for a maximum of 16 GB per processor Southbridge DDR2 memory (optional) Each companion chip: 1-GB DIMM ECC support Single-bit correct; double-bit detect on DDR2 Flash: 32 MB NVRAM: 1 MB Flash module (optional) 8 GB Hard Disk (Optional) Hard disk controller SAS Controller via PCIe plugin card (consumes one slot) Number of hard disks: 1 (maximum) I/O Subsystems Serial ports: 1 (dedicated for management functionality) USB ports: 2 Ethernet ports: 2 10/100/1000 Mb Supports advanced RAS system management via a dedicated Ethernet connection. InfiniBand option (this makes 3 Ethernet ports in total) 10 Gigabit Ethernet option Expansion Options (Optional) Plugin cards 2 PCIe x16 mechanical, x8 electrical full-size cards 25W maximum PCIe extender System Management System Management Module Baseboard Management Controller MultiCore Plus SDK Software (Optional) (32/64-bit application support) MCF (MultiCore Framework): PPE/SPE TATL (Trace Analysis Tool and Library): PPE/SPE SAL (Scientific Algorithm Library): PPE/SPE PixL (Image Processing Algorithm Library): PPE MCPDIAGS (MultiCore Plus Diagnostics): PPE/SPE SPEAD-K (SPE Assembly Development Kit): SPE Operating System Fedora Linux Size Length: 30 in Width: 17.15 in (19-inch EIA rackmount) Height: 1.73 in (1U) Weight: <45 lb Airflow: Required <90 CFM @ MSL Noise: Complies with ETS 300 753 Electrical: 100-240VAC, 50/60 Hz Power Consumption Idle: 310W Typical: 410W Maximum: 440W Maximum: 580W (fully configured) Environmental Ambient temperature: 0°C to 35°C Humidity: 5-80% non-condensing Altitude: 7000 ft* *Maximum ambient temperature is de-rated to 32°C beginning at 3000 ft. Compliance European Directive 2002/95/EC (RoHS 5/6 Server Exemption Directive) Safety: UL/EN/IEC 60950-1:2001 EMC: EN 55022, EN 61000, EN 55024:1998, FCC Class A, VCCI, AS, NZS, CISPR22:2006 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 delivery date is 30 days 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) WEDNESDAY SEPTEMBER 2, 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 quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) No past performance information is 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 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. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: PRICE and TECHNICAL CAPABILITY. Both are of approximately equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 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 quote. 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 (AUG 2009), 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 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 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) 52.225-13, 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 (JUL 2009), 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 (Jan 2009) 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 FAR and DFARS provisions and clauses also apply: 52.211-6, Brand Name or Equal (Aug 1999) 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 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 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 quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-Q-0487/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, 148 Electronic Parkway, Utica, New York, 13501, United States
Zip Code: 13501
 
Record
SN01927862-W 20090828/090827001409-c35990b24d006f7dc0f9d5850ca9222a (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.