Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

70 -- GCCS servers and desktop systems

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
 
ZIP Code
96328-5228
 
Solicitation Number
FA5209-11-Q-JH10
 
Archive Date
10/12/2011
 
Point of Contact
John D Housewright, Phone: 0425521046, Pablo Velez, Phone: 0425521046
 
E-Mail Address
john.housewright@yokota.af.mil, pablo.velez@yokota.af.mil
(john.housewright@yokota.af.mil, pablo.velez@yokota.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Date: 26 September 2011 Contracting Office ZIP Code: 96328 Contracting Office Address: 374TH CONTRACTING SQUADRON, BLDG 620, YOKOTA AB, APO AP 96328 Subject: GCCS servers and desktop systems Solicitation Number: FA5209-11-Q-JH10 Closing Response Date: 28 September 2011 Contact Point: SrA John Housewright PHONE: 011-81-42-551-1046 FAX: 011-81-42-551-0973 E-mail: john.housewright@yokota.af.mil 1) 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; proposals are being requested and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense Change Notice 20110920. 3) The standard industrial classification code is 7010; NAICS 334111, Small Business Size Standard for this NAICS code is 1,000 employees. 4) DESCRIPTION: a) (CLIN) 0001: Sun Netra T5440 (or equal) 2 EACH Salient Characteristics: Base chassis supporting up to 12HDD UltraSPARC T2 processor: two (2) 1.2GHz, 8 core 8GB memory expansion (2x4GB) low-profile FBDIMMs, 1.5v One (1) 300GB 10,000rpm 2.5-inch SAS-2 HDD with mounting bracket SATA DVD for Netra Rackmount Servers Power cord: North America and Asia, 2.5 meters, 5-15P plug, C13 connector, 15A b) (CLIN) 0002: Dell Optiplex 780 desktop system (or equal) 13 EACH Salient Characteristics: Optiplex 780 minitower, up to 88 percent efficient PSU Intel Core 2 Duo E8600 with VT/3.33GHz, 6M, 1333FSB 4GB memory, Non-ECC, 1333MHz DDR3, 2x2GB Dell P2210, 22-inch VIS professional widescreen 256MB NVidia GeForce 9300 graphics dual VGA 250GB SATA 3.0GB/s and 8MB data burst Windows 7 Professional, no media 16X DVD-ROM SATA, data only Next business day/three business day/best effort onsite support for three (3) years Three (3) year keep your hard drive PS2 port adapter riser module 5) Delivery shall be F.O.B. Destination via commercial shipping/carrier to: HQ USFJ/J64, Unit 5068, Bldg 714, Room B30, Yokota Air Base, Fussa-shi 197-0001 Delivery Period: 30 DAYS ARO 6) The following provisions apply to this acquisition: FAR 52-212-1 Instructions to offerors-Commercial items (JUN 2008) FAR 52.212-2 Evaluation-Commercial items (JAN 1999): (a) The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Technical acceptibility 2. Price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offeror shall include a completed copy of the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial items Alternate I (APR 2011). 7) The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (AUG 2011). Only the following FAR clauses in paragraph(b) of FAR 52.212-5 are applicable: FAR 52.222-3 Convict Labor (JUN 2003), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2010), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (OCT 2010), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010), FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010), FAR 52.225-13 Restrictions On Certain Foreign Purchases (JUN 2008), FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 8) The following DFARS clauses cited are applicable to this solicitation: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2011). Only the following DFARS clauses in paragraph (b) of DFARS 252.212-7001 are applicable: DFARS 252.225-7001 Buy American Act And Balance Of Payment Program (JAN 2009), DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (DEC 2010), DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program(x) Alternate I (JUL 2009) DFARS 252.232-7003 Electronic Submission of Payment Request (MAR 2008) 9) Quotes must be signed, dated, and submitted by 28 September 2011, 1600 hrs, Japan Standard Time. All submissions can be electronically submitted to the following point(s) of contact. SrA John Housewright at john.housewright@yokota.af.mil Mr. Masaki Sato at masaki.sato.jp@yokota.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-11-Q-JH10/listing.html)
 
Place of Performance
Address: HQ USFJ/J64, Unit 5068, Bldg 714, Room B30, Yokota Air Base, Fussa-shi 197-0001, Tokyo-to, Japan
 
Record
SN02593500-W 20110928/110927000539-c5aad81a9b725b67c391e744cc2cae6f (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.