THE PURPOSE OF THIS AMENDMENT 0004 IS TO RE-OPEN THIS SOLICITATION AND ADVISE ALL VENDORS THAT AWARD WILL BE MADE ON AN "ALL OR NONE" BASIS, AND RE-ESTABLISH
A NEW CLOSE DATE OF 4 JUNE 2014, AT 4:00 PM, PACIFIC DAYLIGHT TIME (PDT).
********************************************************************
THE PURPOSE OF THIS AMENDMENT 0003 IS TO FURTHER CLARIFY THE
DESCRIPTION/REQUIREMENT FOR LINE ITEM 0001.
Bulk Pack is referring to 4 gigabit ports on one card. The 10 is referring to
10/100/1000 Mbps
port speed.
*********************************************************************
THE PURPOSE OF THIS AMENDMENT 0002 IS TO ADD PART NUMBERS TO THE FOLLOWING
LINE ITEMS.
LINE ITEM 0002: AT-2711FX/ST-901
LINE ITEM 0004: CP-9020008-NA
LINE ITEM 0007: KHX24C11T3K4/32X
*********************************************************************
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-7864. This requirement is set-aside for small businesses,
NAICS code is
334111 and the size standard is 1000 employees.
Quote Brand NameDo Not Substitute
***The statement below applies to Line items 0001 thru 0010***
To be considered for award, the offeror certifies that the product(s) being
offered is an
original, new and Trade Agreements Act (TAA) compliant 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 products that are the subject of this action in the US
(i.e., that the
products are TAA compliant
and that the offeror is authorized to sell them in the US). Offerors are
required to submit
documentation with the offer identifying its supply chain for the product, and
certifying that
all products are new, TAA compliant, and in their original packaging. By making
an offer,
offeror also consents to no cost cancellation of the non-compliant awarded
items 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 manufacturer or that offeror was
not authorized
by the manufacturer to sell the product in the US, or that the product is in
some manner not
TAA compliant. "
Item 0001
Intel ElG44HTBLK Server Adapter 1340- T4 (Bulk Pack) 10/
100/ lOOOMbps PCI- Exp
Qty 10 Each
Item 0002
Allied Telesis
1OOBFX ST Fiber PCI Express Adapter Card TAC
Qty 10 Each
Item 0003
EVGA 01G-P4-
2751-KR GeForce GTX 750 1GB 128- Bit GDDR5 PCI Express 3.0 Video Card
Qty 10 Each
Item 0004
Corsair AXi series AX1200i 1200W ATX12V v2.31 80
PLUS Platinum
Power Supply
QTY 10 Each
Item 0005
ASUS P9X79-E WS LGA 2011 Intel X79
SATA 6Gb/s USB
3.0 SSI CEB Intel Motherboard
QTY 10 Each
Item 0006
Seagate
Constellation.2
ST91000640NS 1TB
7200 RPM 64MB Cache SATA
6.0Gb/s 2.5" Enterprise-class Internal Hard Drive Bare Drive
QTY 20 Each
Item 0007
Kingston HyperX Beast 32GB (4 x
8GB) 240-Pin DDR3
SDRAMDDR3
2400 (PC3 19200) Desktop Memory
QTY 10 Each
Item 0008
Dynatron R5 60mm
2 Ball Bearing CPU Cooler
QTY 10 Each
Item 0009
StarTech SLSATAADAP Female Slimline SATAtoSATA Adapter with Power
QTY 10 Each
Item 0010
Intel Xeon E5-
2687W Sandy Bridge-EP 3.1GHz (3.8GHz Turbo Boost) 20MB L3
Cache LGA 2011
150W 8-Core Server Processor BX80621E52687W
QTY 10 Each
SHIPPING (IF NOT INCLUDED IN PRICE)
IF THERE IS A SEPARATE SHIPPING COST (NOT INLUDED IN PRICE) AND (NOT A FIRM
FIXED
PRICE LESS THEN $100.00) SUPPORTING DOCUMENMTATION WILL BE REQUIRED
SUBSTANTIATING SHIPPING COST
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
based on the lowest technically acceptable quote.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-73 (04/29/2014) and Defense Federal Acquisition
Regulation
Supplement (DFARS), May 06, 2014. 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.
FAR Clause 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 DFARS
252.212-7000 Offeror Representations and Certifications--Commercial Items
applies to this
acquisition in e-Commerce.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3,
Convict
Labor (E.O. 11755), 52.222-19, Child LaborCooperation 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 Transfer
Central
Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and
Conditions Required
to Implement Statutes or Executive OrdersCommercial Items (Deviation) also
applies to this
acquisition, 52.204-99, System for Award Management Registration (Deviation),
52.222-36,
Affirmative Action for Workers with Disabilities, 52.204-2, Security
Requirements, DFARS
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under any
Federal or State Law, DFARS 252.211-7003, Item Unique Identification and
Valuation.
This RFQ closes on 29 MAY 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-7864.
The point of contact for this solicitation is Gerald Burch at
[email protected].
Please include RFQ N66001-14-T-7864 on all inquiries.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) program prior to award of contract. Information to register
in SAM can
be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration
means a
registered DUNS and CAGE Code numbers.
Bid Protests Not Available