Federal Bid

Last Updated on 28 Jun 2019 at 2 AM
Combined Synopsis/Solicitation
Montgomery Alabama

70 -- F2XHA78030AC01

Solicitation ID F2XHA78030AC01
Posted Date 19 Mar 2008 at 4 AM
Archive Date 27 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa3300 42 Cons Cc
Agency Department Of Defense
Location Montgomery Alabama United states 36112
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit only written quotations for F2XHA78030AC01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 (28 Feb 2008) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20080303. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This requirement is for the AU HQ/SCX. The acquisition is being solicited unrestricted open market. The North American Industrial Classification Code is 334119 with a small business size standard of 1000 employees. This acquisition is for the purchase of the following items: **ALL LINE ITEMS BELOW ARE FOR HEWLETT-PACKARD (HP) ?BRAND NAME? ONLY. SEE ATTACHED BRAND NAME JUSTIFICATION LETTER CLIN 0001: HP BLc7000 CTO 3 IN LCD Encl (412152-B22) QTY: 1 EA CLIN 0002: HP ProLiant BL460c G1 CTO Chassis (404667-B21) QTY: 4 EA Factory Integration Included (404667-B21 0D1) CLIN 0003: HP X5365 BL460c G1 FIO Kit (453190-L21) QTY: 4 EA CLIN 0004: HP X5365 BL460c G1 Kit (453190-B21) QTY: 4EA CLIN 0005: HP 8GB FBD PC2-5300 2x4GB Kit (397415-B21) QTY: 16 EA Factory Integration Included (397415-B21 0D1) CLIN 0006: HP 36GB 10K SAS 2.5 Hot Plug Hard Drive (375859-B21) QTY: 8 EA Factory Integration Included (375859-B21 0D1) CLIN 0007: HP BLc Emulex LPe1105 FC HBA Opt Kit (403621-B21) QTY: 4 EA Factory Integration Included (403621-B21 0D1) HP Raid 1 Drive 1 FIO Setting (339778-B21) CLIN 0008: HP SA E200 64MB FIO Cache (405102-B21) QTY: 4 EA CLIN 0009: HP ProLiant BL460c G1 CTO Chassis (404667-B21) QTY: 1 EA Factory Integration Included (404667-B21 0D1) CLIN 0010: HP X5365 BL460c G1 FIO Kit (453190-L21) QTY: 1 EA CLIN 0011: HP X5365 BL460c G1 Kit (453190-B21) QTY: 1 EA Factory Integration Included (453190-B21) CLIN 0012: HP 8GB FBD PC2-5300 2x4GB Kit (397415-B21) QTY: 4 EA Factory Integration Included (397415-B21 0D1) CLIN 0013: HP 36GB 10K SAS 2.5 Hot Plug Hard Drive (375859-B21) QTY: 2 EA Factory Integration Included (395859-B21 0D1) CLIN 0014: HP BLc Emulex LPe1105 FC HBA Opt Kit (403621-B21) QTY: 1 EA Factory Integration Included (403621-B21 0D1) HP Raid 1 Drive 1 FIO Setting (339778-B21) CLIN 0015: HP SA E200 64MB FIO Cache (405102-B21) QTY: 1 EA CLIN 0016: HP BLc Cisco 1GbE 3020 Switch Opt Kit (410916-B21) QTY: 2 EA Factory Integration Included (410916-B21 0D1) CLIN 0017: Brocade BladeSystem 4/24 SAN Swt Powr Pk (AE371A) QTY: 2 EA Factory Integration Included (AE371A 0D1) CLIN 0018: HP BLc7000 Encl Pwr Sply IEC320 Option (412138-B21) QTY: 6 EA Factory Integration Included (412138-B21 0D1) CLIN 0019: HP BLc Encl Single Fan Option (412140-B21) QTY: 6 EA Factory Integration Included (412140-B21 0D1) CLIN 0020: HP BLc7000 Encl Mgmt Module Option (412142-B21) QTY: 1 EA Factory Integration Included (412142-B21 0D1) CLIN 0021: HP BLc7000 1 PH FIO Power Module Opt (413379-B21) QTY: 1 EA CLIN 0022: HP 3PH 48A NA/JP Pwr Monitoring PDU (AF916A) QTY: 2 EA CLIN 0023: HP Vmware ESX Enterprise 2P Lic SW (430341-B21) QTY: 1 EA Factory Integration Included (430341-B21 0D1) CLIN 0024: HP Vmware Virtualcenter Mgt Svr Lic SW (430345-B21) QTY: 1 EA Factory Integration Included (430345-B21 0D1) CLIN 0025: HP Vmware ESX Enterprise 2P Lic SW (430341-B21) QTY: 4 EA Factory Integration Included (430341-B21 0D1) CLIN 0026: HP BLc7000 FIO 16 ICE-BL License (417688-B22) QTY: 1 EA CLIN 0027: Oracle Real Application Clusters (RAC), Named User Plus, Perpetual License (EBSA-040607-00049) QTY: 3 EA CLIN 0028: Oracle Annual Software Maintenance, Update & Support for Real Application Cluster, Named User Plus, 1 yr License (EBSA-UAS-040607-00009) QTY: 12 EA CLIN 0029: SUN Solaris 10 Operating System, SPARC/x86 Platform Media (SOLZ9-10BC9A7M QTY: 1 EA CLIN 0030: HP Installation Service (HA113A1) QTY: 1 EA CLIN 0031: HP ProLiant Add On Options Installation SVC (HA113A15BW) QTY: 2 EA CLIN 0032: HP Enclosure Startup Service (UE602E) QTY: 2 EA CLIN 0033: HP Enclosure Network Startup Service (UE603E) QTY: 2 EA CLIN 0034: HP Hourly Rate Vmware Custom Consulting (U5602AH) QTY: 40 EA CLIN 0035: HP Per Trip Charge for travel (H7022) QTY: 1 EA CLIN 0036: HP Startup BladeSys c-Class Infrastr SVC (HA113A1) QTY: 1 EA CLIN 0037: HP No Additional Support Required (H4396B) QTY: 1 EA CLIN 0038: SUN Solaris Subscription Premium Service Plan-3 yrs (24x7, 4hr response) (SUN PR1) QTY: 3EA CLIN 0039: VMWare Platinum Support/Subscription for VMWare Infrastructure 3, Enterprise Edition Academic License for 1 yr (VI-ENT-P-SSS-A) QTY: 4 EA CLIN 0040: VMWare Platinum Support/Subscription for VirtualCenter Management Server for VMWare Infrastructure for 1 yr (VMS-VCMS-P-SSS-A) QTY: 1 EA CLIN 0041: VMWare Consulting & Training Credits Prepaid Services Jump Start (SVC-0-CR100) QTY: 1 EA This is an all or nothing requirement, you must be able to quote and provide all items requested. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offeror must provide a price for CLIN 0001 ? 0041 and a proposed delivery date. BASIS FOR AWARD: Award will be made based on HP brand name to the lowest priced offeror who takes no exception to the requirement of this synopsis solicitation. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items, applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a complete copy of the 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items and DFARS 252.225-7000 with the quotation. FAR clause 52.212-4, Contract Terms and Conditions Commercial Items; applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR clause 52.204-7 Central Contractor Registration; Add paragraph (w) DFARS 252.204-7004 Alternate A; Add paragraph (y) DFARS 252.225-7002 Qualifying Country Sources and Subcontractors. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable. 52.203-6 Restrictions on Subcontractor Sales to the Government 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers With Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50 Combating Trafficking in Persons 52.232-33 Payment by Electronic Funds Transfer - - Central Contractor Registration DFARS 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 and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: 52.203-3 Gratuities 252.225-7001 Buy American Act and Balance of Payments Programs 252.225-7012 Preference for Certain Domestic Commodities 252.225-7021 Trade Agreements 252.232-7003 Electronic Submissions of Payment Requests 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea Add the following clauses by full text: 5352.201-9101 OMBUDSMAN AUG 2005 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefing, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the center/MAJCOM ombudsmen, the incumbent is Business Operations Branch Chief, AETC/A7KB, 2035 First Street West, Suite 1, Randolph AFB, TX 78150-4304, (210) 652-6900, (office), (210) 652-4652 (fax). Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquires shall be directed to the Contracting Officer. (End of clause) MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 ?ELECTRONIC SUBMISSION OF PAYMENT REQUESTS.? Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on ?About WAWF?. The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes ? (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 ? Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract ? WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 ? This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 ? It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: [email protected] Contract Specialist: [email protected] Contracting Officer: [email protected] In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registered (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm-fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 12:00 noon CDST on 27 Mar 2008. Submit all quotes electronically. All proposals must be e-mailed to [email protected] (subject: F2XHA78030AC01) Quotations must meet all instructions put forth in this solicitation. JUSTIFICATION AND APPROVAL FOR BRAND NAME PURCHASE REQUEST NUMBER: F2XHA78030AC01 1. Identification of Agency and Contracting Activity. Department of the Air Force, 42nd Contracting Squadron, Maxwell AFB AL 36112. 2. Nature and/or Description of the Action. This J&A is being issued to allow for the use of ?a brand name" description to solicit for the award of a firm-fixed price purchase order, under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). The purchase order is for the procurement of Hewlett-Packard (HP) computer equipment. 3. Description of Services Required. Install hardware and configure Hewlett-Packard computer equipment server virtualization requirement for Air University educational support systems. Selected vendor will install equipment manufactured by Hewlett-Packard and then will ensure the compatibility with existing Hewlett-Packard equipment and AU systems. Air University would like to have the equipment delivered within thirty (30) days after receipt of purchase order. The total estimated value of this effort is $XXXXX 4. Statutory Authority. This requirement is issued pursuant to 10 USC 2304 (c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, as set forth in FAR 6.302-1. 5. Rationale Supporting Use of Authority Cited. The items under this justification are peculiar to one manufacturer, ?Hewlett-Packard.? Hewlett-Packard equipment has already been installed as the standard solution on Maxwell. Hewlett-Packard equipment has already been widely installed on Maxwell AFB. The new equipment must be the same as previously installed equipment to take advantage of the training and procedures that have already been put in place to support Hewlett-Packard equipment. The personnel administrating the equipment have specialized training on Hewlett-Packard equipment and specialized equipment to allow central administration of Hewlett-Packard equipment. 6. Description of Efforts Made to Solicit. This requirement will be solicited on FedBizOps, as unrestricted. Also, this brand name justification will be posted to FedBizOps (https://www1.fbo.gov/servlet/slog) to satisfy the ?brand name? posting requirement. 7. Determination of Fair and Reasonable Cost. The Contracting Officer will ensure the order represents fair and reasonable price to the Government, based on competition anticipated to be received from at least two or more vendors. 8. Market Survey. In accordance with FAR 10.001, market research was conducted by both AU/SCXP and 42CONS to determine if there were small businesses with GSA schedules that could fulfill part of this requirement. All items were not available from the GSA schedule, market research has determined that using unrestricted open market procedures is the best method to use for this requirement. 9. Other Factors Supporting the Use of Other than Full and Open Competition. N/A 10. List of interested sources, if any that expressed, in writing, an interest in the acquisition. Commercial Data Systems, Crystal Clear Technologies, Inc. and Four Points Technology have indicated that they could satisfy the requirement. 11. A statement of actions, if any, the agency may take to remove any barriers to competition before any subsequent acquisition for the supplies or services required. No other Manufacturers? products can satisfy this requirement. The equipment manufactured by Hewlett-Packard is the only type of equipment that is interoperable with the current equipment installed at Maxwell AFB. There is no equal or substitute equipment known in the market right now that gives the same unique interoperability as Hewlett-Packard. 12. Contracting Officer?s Certification. The contents of this justification and approval are certified as accurate and complete to the best of my knowledge and belief. 13. Technical/Requirements Certification. The supporting data that forms the basis of this justification has been certified and accurate by the appropriate management level of the technical/requirements organization. However, since the manufacturer of these products, Hewlett-Packard, is a large business and no waiver exists, this requirement will be solicited on an unrestricted basis. //ORIGINAL SIGNED AND DATED// DOUGLAS J. SARTORI, YF-2, DAFC Acting Director, 42d Communications Squadron //ORIGINAL SIGNED AND DATED// CHARLIE H. FOSTER, JR. Contracting Officer REVIEW/APPROVAL //ORIGINAL SIGNED AND DATED// GLADYS JOHNSON Director, Business Operations
Bid Protests Not Available

Similar Past Bids

Charleston South carolina 22 Jun 2007 at 4 AM
Fort belvoir Virginia 11 Sep 2006 at 4 AM
Washington District of columbia 29 Sep 2008 at 1 PM
Macdill air force base Florida 17 Sep 2007 at 4 AM
San antonio Texas 20 Sep 2007 at 4 AM

Similar Opportunities

Ellsworth air force base South dakota 31 Jul 2025 at 10 PM
Huntsville Alabama 13 Jul 2025 at 5 PM
Huntsville Alabama 13 Jul 2025 at 5 PM