Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
MODIFICATION

59 -- CSVTA Equipment

Notice Date
7/1/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
419 B Street, Building 29718 Winship Hall, 3rd Floor, Ft. Goron, GA 30905
 
ZIP Code
30905
 
Solicitation Number
W91249-16-T-CSVT
 
Response Due
7/5/2016
 
Archive Date
1/1/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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.The solicitation number is W91249-16-T-CSVT and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-05 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Ft Gordan, GA 30905 The MICC Fort Gordon requires the following items, Brand Name or Equal, to the following: LI 001: SUPERMICRO ULTRASERVER 1028U-TR4+. Server w/ Rails, 1U, Dual Socket Xeon v3/v4, 160W TDP, 1.5 TB RAM 64G LRDIMM Maximum, Dual 750W PSU, 10x 2.5" Hot-Swap bays, IPMI 2.0 w/ Virtual Media Over LAN, 2x PCI-E 3.0 x16 slots FH, 2x PCI-E 3.0 x8 slots LP, '2x C13/C14 Power Cables, not Y-cable', 19, EA; LI 002: INTEL XEON E5-2687WV4. Server, Processor, LGA 2011 Socket, 3.0 GHz clock, 12 Physical Cores, 160W TDP, 38, EA; LI 003: MICRON MTA72ASS8G72LZ 64G. RAM, DDR4-2400, ECC, LRDIMM, Halogen-Free, 1.2v. RAM, DDR4-2400, ECC, LRDIMM, Halogen-Free, 1.2v, 524, EA; LI 004: INTEL DC S3710 400G. SSD, SATA3, 400G, 2.5", Up to 85,000 IOPS 4K Random Read, Up to 43,000 IOPS 4K Random Write, HET MLC NAND, 64, EA; LI 005: SOLARFLARE FLAREON ULTRA SFN7124F. NIC, Quad-Port SFP+, PCI-E 3.0, 9216 Byte MTU support, TSO/LRO/GSO/TCP/UDP Hardware Offloads, Cut-through, Intelligent Interrupt Coalescing, OpenOnload support, 19, EA; LI 006: SUPERMICRO ULTRASERVER 6028R-E1CR24L.Rackmount Server w/ Rails, 2U, Dual Socket Xeon v3/v4, 145W TDP, 1.5 TB RAM 64G LRDIMM Maximum, Dual 1600W PSU, 24x 3.5" Hot-Swap bays, IPMI 2.0 w/ Virtual Media Over LAN, 2x 2.5" rear Hot-swap drive bays, 2x PCI-E 3.0 x16 slots, 1x PCI-E 3.0 x8 slots, '2x C13/C14 Power Cables, not Y-cable, 16, EA; LI 007: INTEL XEON E5-2667V4. Server, Processor, LGA 2011 Socket, 3.2 GHz clock, 8 Physical Cores, 135W TDP, 32, EA; LI 008: HGST HE10 10TB SAS3 4KN. HDD, Helium-Filled, 10TB, SAS3, 4K Native Format, 3.5", 384, EA; LI 009: SOLARFLARE FLAREON SFN7322F. NIC, Dual-Port SFP+, PCI-E 3.0, 9216 Byte MTU support, TSO/LRO/GSO/TCP/UDP Hardware Offloads, Cut-through, Intelligent Interrupt Coalescing, OpenOnload support, 16, EA; LI 010: SUPERMICRO AOC-MTG-I4S. NIC, Quad-Port SFP+, Intel XL710-AM1 controller, Super I/O Module (SIOM) Form Factor, Quad SFP+ connectors with speed up to 10Gbps per port, 16, EA; LI 011: INTEL DC P3608 1.6TB. PCI-E SSD, HHHL AIC, Up to 5,000 MB/sec sequential read, 850,000 Random 4K Read IOPS, 1.6TB, 300,000 4K Random Write IOPS, 32, EA; LI 012: INTEL DC S3710 1.2TB. SSD, SATA3, 1.2TB, 2.5", Up to 85,000 IOPS 4K Random Read, Up to 43,000 IOPS 4K Random Write, HET MLC NAND, 6, EA; LI 013: APC SMART UPS SRT5KRMXLT. UPS, 208v In/Out, L6-30P input, Dual L6-30R Output, Dual L6-20R Output, Double Conversion, 5000 kVA, 4, EA; LI 014: APC AP8641. PDU, 208v, 30A, L6-30P, 21 C13, 3 C19, Remote individual outlet control, network connectivity, Metering-by-outlet, Load Indicator LED, 4, EA; LI 015: PFSENSE XG-1540 SSD T-520-CR 32G RAM. Firewall, 120G m.2 SSD, 8-Core 2.0 GHz 12M Cache SOC, 32G RAM, T-520 CR 10G SFP+ NIC, 2, EA; LI 016: JUNIPER NETWORKS QFX5100-48S-3AFI Switch, 48 Port SFP+ 10G,6 Port QSFP+ 40G, 1.44 Tbps Throughput, 1.08 Bpps Data rate, 100 to 240 VAC (single phase) at 50/60 Hz or ?36 to ?72 VDC, 17.4" x 1.72" x 20.5" (44.1 x 4.4 x 52.0 cm), 1U, Rackmount Kit, Rear-to-front airflow, 12 QoS queues (8 unicast; 4 multicast), 288,000 MAC Addresses, 9,216 Byte Frames, 144,000 IPv4 Hosts, 208,000 IPv4 Unicast Routes, 104,000 Multicase Routes, 104,000 IPv6 Unicast Routes, 52,000 IPv6 Multicase Routes, 4,096 VLANs, 48,000 ARP entires, Contrail support from manufacturer, 4, EA; LI 017: JUNIPER NETWORKS EX3300-48T-BF. Switch, 48 Port 1000 Base-T, 4 Port SFP+ 10G, 17.4 x 1.7 x 12 in (44.1 x 4.3 x 31 cm), 1U, 80Gbps backplane, 130Mpps throughput, Virtual Chassis configuration consisting of up to 10 switches, sFLow support, 8 QoS Queues/port, 16,000 MAC addresses, 9216 byte rames, 4096 VLANs, 4,000 ARP entires, Contrail support from manufacturer, 2, EA; LI 018: 3M SFP+ DAC CABLE PASSIVE 30AWG., 100, EA; LI 019: 1M SFP+ DAC CABLE PASSIVE 30AWG., 100, EA; LI 020: 3M QSFP+ DAC CABLE PASSIVE 30AWG., 24, EA; LI 021: 1M QSFP+ DAC CABLE PASSIVE 30AWG (40GIGE)., 24, EA; LI 022: ADVANCED 5 YEAR PARTS & LABOR - CROSS SHIPMENT OF COMPONENTS NEXT BUSINESS DAY., 1, EA; LI 023: FREIGHT & HANDLING, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Gordon intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Gordon is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. "Wherever the words ""offer"", ""proposal"", ""offerors"", or similar terms are used in this solicitation, they shall be read to mean ""quote"", ""quotation"", ""quoter"", ""vendor"" or similar corresponding term to reflect that this solicitation is a request for Quotations, not a Request for Proposals or an Invitation for Bids." The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good till 30 September 2016 FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL NAICS Code 334111 must be present in vendor SAM account prior to contract award Notice to Prospective suppliers on Use of Past Performance Information Retrieval System. Must be able to provide all items. No partials allowed. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0335bae986f5ea53fc9a663b2f4057b)
 
Place of Performance
Address: Ft Gordan, GA 30905
Zip Code: 30905-5719
 
Record
SN04170363-W 20160703/160701234601-a0335bae986f5ea53fc9a663b2f4057b (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.