Federal Bid

Last Updated on 20 Jun 2008 at 3 PM
Solicitation
New york New york

70 -- Rackmount Computer

Solicitation ID FA8751-08-Q-0180
Posted Date 28 Mar 2008 at 4 AM
Archive Date 20 Jun 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-08-Q-0180 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080303. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 334111 and small business size standard of 1000 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Crystal Group 1U custom configured rack mountable computer Qty: 3 configured systems Description: Crystal Group 1U computer consisting of the following Crystal Group parts (part number and quantity in parentheses): W-I-P, CS100S AC 300W 2 PCI 4M4 reduced noise (A93108-1, qty 1) SBC, P4 2.8GHz AGP VGA/2GBNIC (A61400-2800, qty 1) Heat sink, P4 socket 478, 21.6mm custom height (V50420-HF, qty 1) DDR SDRAM, 1GB, 184 pin DIMM, PC3200, non-reg, ecc (V60993-1024-HF, qty 2) HDD EIDE, 80.0G, 100, 2.5 inch x 1/8H, Hitachi travel (V64382-800, qty 1) Carrier, frame and carrier for 2.5 inch EIDE ATA/100 DRI (V66063, qty 1) Software Roxio Easy Media Creator Suite V10 (V39170-3, qty 1) DVD/CDRW kit, slimline DVD/CDRW w/ connector adapt (A33705, qty 1) Cable, EIDE, ultra ATA 66/100, internal, 18 inch (V18978-18, qty 1) Bronze Shield, 3yr, CrystalGuard program (V00062, qty 1) Customer loading Linux RH V9 OS CS100 front and rear mounting kit (A00058, qty 1) Specified configuration is required in order to be compatible with existing equipment setup. Offerors shall provide at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda: (b) Written quotes are due by 3 PM EST Wednesday 02 April 2008. Submit to: AFRL/RIKO, Attn: Richard Childres, by email at [email protected], by fax to 315-330-7513, or by mail to 26 Electronic Parkway, Rome NY 13441-4514. (b)(4) Submit a technical description of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. 52.212-2 Evaluation-Commercial Items. The Government intends to award a firm fixed price contract as a result of this RFQ to the responsible offeror whose quote is the most advantageous based on (i) Price and (ii) Technical Capability. Both factors are of equal importance. 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (L) of this provision with their quote. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply: 52.219-6 Alt I Notice of Total Small Business Set Aside Alternate I 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 252.225-7001 Buy American Act and Balance of Payments Program 252.227-7015 Technical Data Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following DFARS and AFFARS clauses and provisions also apply: 252.211-7003 Item Identification and Valuation 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7002 Qualifying Countries as Subcontractors 252.232-7010 Levies on Contract Payments 5352.201-9001 Ombudsman with the following filled in: Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Point of Contact Richard Childres, Purchasing Agent, Phone 315-330-4194, Fax 315-330-7513, Email [email protected]
Bid Protests Not Available

Similar Past Bids

Port hueneme California 13 Feb 2019 at 7 PM
Dahlgren Virginia 30 May 2017 at 4 PM
Dahlgren Virginia 16 May 2017 at 7 PM
San diego California 12 Aug 2015 at 12 AM
Location Unknown 24 Aug 2017 at 1 PM

Similar Opportunities

San francisco California 08 Sep 2025 at 7 AM
San francisco California 08 Sep 2025 at 7 AM
Falls church Virginia 11 Jul 2025 at 9 PM