Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

70 -- Server

Notice Date
8/3/2010
 
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
FA8751-10-Q-0432
 
Archive Date
8/28/2010
 
Point of Contact
Jacquelyn Benedict, Phone: 315-330-3270
 
E-Mail Address
Jacquelyn.Benedict@rl.af.mil
(Jacquelyn.Benedict@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items to be acquired under FAR Part 13 Simplified Acquisition Procedures, 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 FA8751-10-Q-0432 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) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100713. 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 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 (FFP) basis, include shipping FOB Destination in the total price: Item 1: 4U GPGU Server Qty: 5 Specifications for each server are as follows: - Dual Xeon 4U rack mountable computer - 11x Full-height, Full-length expansion slots optimized for 4x double width GPU solution - Qty 2 each Intel Xeon 6C DP X5660 2.80 GHz, CPU Cores: Hexa-Core, Clock Speed: 2.80 GHz, QPI: 6.4 GT/s L3 Cache: 12 MB - Qty 2 each Peripheral chips for 72 PCI-E lanes, rack mountable with rails - Qty 4 each (x16) PCI-E2.0 and Qty 2 each (x4) PCI-E 2.0 (in x16 slots) - Intel Dual 82574L Gigabit Ethernet - Qty 2 each Intel STS100C Passive/Active LGA 1366 - Qty 8 each 3.5" Hot-swap SAS/SATA HDDs - Gold Level 1400W High-efficiency, Redundant (1+1) power supply - Tower or Rackmount includes Rails and CPU Cooling - At least Qty 8 each 6 or 8 pin auxiliary power plugs for CPU cards - 4Gb DDR-3 1333MHz ECC/REG 24GB (6x4GB) - Qty 3 each 1TB enterprise SATA hard drives, 7200 RPM, at least 16 MB Cache - Q-Logic Infiniband Board, TrueScale low-latency single-port x8, gen2 PCIe 40Gb QDR HCA - Chelsio N320E Dual Port 10GbE Adapter - Advanced fan speed control - Power Switch, Reset Switch & 5 LED Indicators; 2x Front USB Ports - Warranty 3 Years Full from the date of Government Acceptance. Shall include 24 Hour Cross Ship, including 2 way Shipping Coverage. - No operating system (End specifications) Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy. Rome NY, 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM (ET) FRIDAY 13 AUGUST 2010. Submit to: AFRL/RIKO, Attn: Jacquelyn Benedict, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to jacquelyn.benedict@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (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. This clause pertains to certain items with a unit price of $5,000 or greater. (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. 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: (i) PRICE and (ii) TECHNICAL CAPABILITY. Both factors are of equal importance. 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. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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 (Nov 2009), applies to this acquisition. The following additional FAR and 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 FAR Supplements 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 (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-904-5036 COM: 937-904-4407. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit an offer which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0432/listing.html)
 
Record
SN02227326-W 20100805/100803235811-a6e3bc1a4382395cc8f08969c710febf (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.