SMALL BUSINESS SET-ASIDE/BRAND NAME
This is a SSC Pacific combined synopsis/solicitation for commercial items
prepared in accordance with Federal Acquisition Regulation (FAR) Part 12,
Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures.
This announcement constitutes the only solicitation. Competitive quotes are
being requested under N66001-14-T-6430. This requirement is set-aside for
small business.
NAICS CODE: 334112 and business size standard is 1,000 employees
Basis for award: The government anticipates awarding a firm-fixed price
purchase order based on the lowest priced technically acceptable bidder.
To be considered for award, the offeror certifies that the product being
offered
is an original and new IBM product, and that the subject products are eligible
for all manufacturer warranties and other ancillary services or options
provided
by the manufacturer. Offeror further certifies that it is authorized by the
manufacturer to sell the IBM products that are the subjects of this action in
the
U.S. Offerors are required to submit documentation with the offer identifying
its supply chain for the product, and certifying that all products are new and
in
their original packaging. By making an offer, offeror also consents to
cancellation of award if, upon inspection after delivery, any products provided
are not recognized or acknowledged by the manufacturer as new and original
products that are eligible for warranties and all other ancillary services or
options provided by the manufacturers or that offeror was not authorized by the
manufacturer to sell the product in the U.S.
Offerors should be cognizant that the product in Item 0001 is a discontinued or
obsolete IBM product that may be difficult to obtain or acquire for resale in
compliance with the requirements listed above. Offerors should not offer a bid
for this item without ensuring they will be able to supply this item in the
required quantity and in a timely manner consistent with the delivery
requirements of this RFQ in addition to the requirements noted above.
Item 0001 7870AC1 BladeCenter - HS22
6 EA
Each HS22 Includes:
IBM BladeCenter PCI Express I/O Expansion Unit
P/N 1068, (1 ea)
Blade Base 2 for Intel Xeon 5600 series, P/N 1409 (1 ea)
2GB (1x2GB, 1Rx8, 1.35V) PC3L-10600 CL9 ECC DDR3
1333MHz VLP RDIMM, P/N A0WX (6 ea)
Additional Intel Xeon Processor X5675 6C 3.06GHz 12MB
Cache 1333MHz 95w, P/N A16E, (1 ea)
INTEL Xeon Processor X5675 6C 3.06GHz 12 MB Cache
1333MHz 95w, P/N A185, (1 ea)
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular, Fac 2005-72, Effective 01 Jan 2014 and Defense
Federal Acquisition Regulation Supplement (DFARS), DPN 20131231 (Effective
01 Jan 2014) Edition. It is the responsibility of the contractor to be familiar
with
the applicable clauses and provisions. The clauses can be accessed in full text
at www.farsite.hill.af.mil.
Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors
Commercial and 52.212-4, Contract Terms and Conditions Commercial Items,
incorporated by reference, applies to this acquisition. FAR Clause 52.212-3,
Offeror Representations and Certifications -- Commercial Items and DFAR S
252.212-7000 Offeror Representations and Certifications.
Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
applies to acquisition and includes 52.222-50, Combating Trafficking in
Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553),
52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-
78), 52.222-3, Convict Labor E.O. 11755), 52.222-19, Child Labor
Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21,
Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity
(E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s,
proclamations, and statutes administered by the Office of Foreign Assets
Control of the Department of the Treasury), 52.232-33, Payment by Electronic
Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.209-6,
Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101
note), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
(29
U.S.C. 793). 52.214-3, Amendments to Invitations for Bids, 52.214-4, False
Statements and Bids, 52.214-5, Submission of Bids, 52.214-6, Explanation to
Prospective Bidders, 52.214-7, Late Submissions, Modifications, and
Withdrawals of Bids.
DFAR 252.211-7003, Unit Identification and Valuation (applies to items over
5k).
DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code
Reporting , 52.204-6, Data Universal Numbering System (DUNS).
This RFQ closes on February 5, 2014 at 4:00 PM, Pacific Daylight Time (PDT).
Quotes must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-14-T-6430.
The primary point of contact for this solicitation is Dorothy Powell at
[email protected] or Aurora Vargas at
[email protected]. Please
include RFQ N66001-14-T-6430 on all inquiries. Phone or fax will not be
considered.
All responding vendors must be registered to the System for Award
Management (SAM) website prior to award of contract. Information can be
found at https://www.sam.gov/.
Bid Protests Not Available