Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

70 -- Computer Servers,Storage bays,licenses and Miscellaneous

Notice Date
9/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
141 ARW/LGC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6THCC9196AG01
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/LGC
(matthew.richard@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for supplies prepared in accordance with the format in 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 will not be issued. Reference number F6THCC9196AG01 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This is the requirement for the purchase of: 0001-AA (QTY 1) Xiotech Storage Bay IV for Magnitude 3D 3X00 and 400 Systems (or equal) 0002-AA (QTY 1) Xiotech Datascale Capacity Manager 04.8TB (or equal) 0003-AA (QTY 16) 450GB Fibre Channel Enterprise Drive 4-GBs 15K RPM 0004-AA (QTY 1) Xiotech Field Engineer installation of Fiber Drive Bay 0005-AA (QTY 20) XenDesktop Platinum Licenses x1 concurrent user connection includes 1 year subscription Advantage 0006-AA (QTY 4) Xenserver Platinum Licenses per server includes 1 year subscription Advantage 0007-AA (QTY 20) Wyse Thin Clients V90L Series 0008-AA (QTY 20) Microsoft VECD Licenses per current MS agreement between MS and USAF WADS 0009-AA (QTY 1) ASI Implementation Services. Includes 80 technical support hours (phone) for normal business day 8am 6pm excluding holidays. Hours can also be applied towards training classes at ASI Learning Facility in Falls Church, VA. 0010-AA (QTY 2) DELL PowerEdge m710 blade server, 2 Intel Xeon X5550 2.66Ghz 8M Cache 6.40 GT/s QPI Turbo HT. 48GB memory (12 x 4GB) 1066MHz Dual Ranked RDIMMs for two processors optimized. 2 146GB 10K RPM Serial Attach SCSI 2.5 in. hot plug hard drives SAS drives using SAS6/IR Daughtercard no RAID. Onboard Broadcom 5709 Quad Port 1GbE NIC with TOE. I/O card for fabric B Broadcom 5709 Dual Port GbE I/O Card for M-Series Blades. Qlogic QME2572 8Gbps Fibre Channel I/O card for M-Series blades. 3- year prosupport for IT and mission critical 4HR 7/24 onsite pack. 0011-AA (QTY 2) DELL PowerEdge M610 blade server, 2- Intel Xeon 5550 2.66Ghz 8M Cache 6.40 GT/s QPI Turbo HT, 32GB Memory (8x4GB) 1066MHz dual ranked RDIMMs for 2 processors optimized, 2- 146GB 10K RPM Serial-Attach SCSI 2.5in. Hot plug hard drive, onboard Broadcom 5709 dual port 1GbE NIC with TOE. I/O card for Fabric B, Broadcom 5709 dual port GbE I/O card for M-series blades. I/O card for Fabric C, QlogicQME2572 8Gbps Fibre Channel I/O card for M- series blades. 3yr. basic hardware warranty repair 24/7. 0012-AA (QTY 2) Gigabit Ethernet Pass-through module for PowerEdge M1000E blade chassis (P/N: 311-8065) 0013-AA (QTY 6) Broadcom 5709 Dual Port GbE I/O card for M-series blades (P/N: 430-3310) 0014-AA (QTY 20) Transition Network 100Base-TX to 100Base-FX/LC media converters **The Government intends to award this contract as a whole. Ample weight will be given to a company who can supply all the requirements. We will only consider multiple awards if there are no offers made for the entire need.** Delivery requirement: 30 days ARO, FOB Destination to McChord AFB, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. "FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. "FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal., FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 "Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation " FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, " DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items " DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) " DFARS 252-225.7001, BAA - Balance of Payments Program " DFARS 252.225-7002, Qualifying Country Sources as Subcontractors " DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) " DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) " DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) " DFARS 252.246-7000, Material Inspection And Receiving Report Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 11:00 A.M. PST on 28 September 2009 to Matthew.Richard@ang.af.mil or 509-247-7223 FAX 509-247-7225. Electronic offers preferred. All questions must be submitted in writing no later than 72 hours prior to bid close date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC9196AG01/listing.html)
 
Place of Performance
Address: 141 ARW/LGC Washington Air National guard Contracting Office, 2 South Olympia Avenue Fairchild AFB WA
Zip Code: 99011-9439
 
Record
SN01968586-W 20090926/090925000111-1becbe9efb8f5bc5d52d1657662e0789 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.