Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

70 -- Fibre SATA Enclosure

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device 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-0547
 
Archive Date
9/30/2010
 
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 solicitation for commercial items to be acquired under FAR 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-0547 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) 2005-45 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100827. 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 334112 and small business size standard of 1000 employees. The contractor shall provide the following Xyratex SATA Fibre Enclosure (brand name or equivalent) item on a Firm Fixed Price basis, specifying the warranty term for hardware and including the cost of shipping FOB Destination: Item 1: SATA Fibre Enclosure Qty: 1 ea MFR P /N: Xyratex F5404E or equal Description: 80 TB Raid Enclosure with Fibre Controllers; Dual RAID Controller, 2x1GB Cache, 1 Year Support; Total of 4 RAID Arrays with RAID 5 Volume: 19073 GB (11+1 x 2TB SATA) Additional Specifications: External Interface: 4Gb FC, point-to-point, loop and fabric (switched) topologies Supported Operating Platforms: Windows 2003 (IA32, EM64T); RedHat Linux AS3/AS4 (IA32, EM64T); SuSE Linux 9/10 (IA32, EM64T) Supported Hosts: 256, 512 LUNs, LUN Masking, >2TB LUNs Total Capacity per Unit: 48TB Expansion Chassis: RS-4835-E3-XPN (1 max), SAS connected, single and dual IO Module configurations Total Expansion Capacity: 96TB, 1G Cache per controller (selectable by volume - read, adaptive read-ahead, write through, write-back), battery backup Interface Types: SATA-II (3GB), NCQ, dedicated bandwidth to each drive Max Drives per Enclosure: 48, 512 Logical Drives/system, automatic bad sector assignment No. RAID Controllers: 2 (dual - HA) RAID Levels Supported: Up to 96 disk arrays with independent RAID level 0, 1, 5, 6, 10, & 50 support, selectable strip sizes (64,128 & 256K), partial strip read/write RAID Protection Features: Background initialization, background parity checking and automatic drive rebuild with redundant RAID arrays Software: StorView, StorView Global, StorView Path Manager Interfaces Supported: Ethernet (out-of-band), FC host based (in-band) Hot Swappable Components: PSU/cooling modules, disk drives, RAID controllers Additional Reliability Features: StorView Path Manager for Windows and Linux - host based dynamic multi-path failover Height: 175mm (6.89") 4 EIA Units Width: 482mm (19") IEC Rack Compliant Depth: 810mm (31.9") 1m depth rack required Weight: 74.8Kg (165lbs) with drives Service Clearance: 559mm (22") shelf pull-out Operational Altitude: 0 to 2,133m (0 to 7,000ft) Non-operational Alt.: 0 to 12,192m (0 to 40,000ft) Voltage: 100 to 240V AC 5.0A maximum per input Frequency: 60/50Hz, single-phase Power Consumption: 800W typical Temperature Range: Operating: 5ºC to 35ºC (41ºF to 95ºF) Humidity: Operating: 10% to 80% non-condensing Operational Shock: 5g 10ms ½ sine Operational Vibration: Random 0.21grms 5-500Hz Non-op. Shock: 30g 10ms ½ sine Non-op. Vibration: Random 1.04 grms 2-200Hz Relocation Vibration: Swept sine 0.9g 2-200Hz Acoustics: <58 dB LpA @20°C Warranty: Enclosures with drives - Up to 3 years. No used or refurbished equipment will not be accepted. Offers 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 After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. 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 before1 PM (ET), Wednesday 15 September 2010. 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)(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 applies to certain items with unit price greater than or equal to $5,000. (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 52.212-2 Evaluation -- Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Capability. Both evaluation 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 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Aside 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 FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name of Equal 52.247-34, FOB Destination 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 Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. 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. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0547/listing.html)
 
Record
SN02272634-W 20100910/100908235350-ac31dcc3829250fa20b7847037c6be3c (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.