Federal Bid

Last Updated on 23 Aug 2011 at 8 AM
Combined Synopsis/Solicitation
David Kentucky

LINUX Equipment

Solicitation ID NRMAG000-11-03374DG
Posted Date 26 Jul 2011 at 6 PM
Archive Date 23 Aug 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location David Kentucky United states
(I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMAG000-11-03374DG.

(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30.

(IV) This procurement will be set aside for small business. The associated NAICS code is 541519. The small business size standard is 150 employees for value added resalers.

(V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services:
Line item 01:
One (1) Linux server, configured as follows:
2 - Six-Core Intel Xeon X5675 3.07GHz-12MB Shared L3 Cache-6.4GT/s QPI-1333MHz RAM- Turbo Boost VT EM64T
49152MB DDR3-1066 PC3-8500 ECC Registered 72bit Triple Rank Interleave
8 - 2TB 7200RPM Seagate Enterprise Drives
3Ware 9750-8i Eight Channel SATA 6GB/s RAID Card
DVD+RW/DL/+R-R/CD-RW drive
Keyboard
Optical Mouse
Appropriate Motherboard for memory and cpu selection (should have dual nics and onboard video)
4U Rackmount Case with rails should have 8x3.5" hot swap drive trays
800W Redundant PSU or better

Line item 02:
Six (6) each Linux workstations configured as follows:
2x Quad-Core Intel Xeon E5620 2.40GHz-12MB Processors
12228MB DDR3-1333 PC3-10600 ECC Registered RAM
nVidia EVGA GeForce GTX 570 (Fermi) 1280MB GDDR5 PCIe Graphics Card
1TB SATA Hard Drive
DVD+RW/CDRW Drive
Mouse
Keyboard
Appropriate Motherboard for memory and cpu selection (should have built in nic)
850W PSU or better
Mid Tower Case (should be quiet as these machines will be used in an office environment)

Line item 03:
3 years hardware warranty for requirements on Lines 01 & 02. Separate pricing is preferred.

(VI) Place of delivery is National Severe Storms Laboratory, 120 David L. Boren Blvd., Norman, Oklahoma, 73072. Delivery shall be 15 Days ARO, FOB Destination.

(VII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition.

(VIII) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is herby completed as follows: Award will be made to Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the follow evaluation criteria: 1) Technical Compatibility, 2) Price and (3) Delivery.

(IX) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision.

(X) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition.

(XI) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009) applies to this acquisition. The following clauses under subparagraph (b) apply:
(6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).
(16) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2).
(17) 52.222-3, Convict Labor (June 2008) (E.O. 11755).
(18) 52.222-19, Child Labor-Cooperation with Authorities and Representation (June 2007) (15 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169).
(19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
(20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).
(29) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d).
(30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2212 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169).
(32) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury).
(37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
The following clauses under subparagraph (a) apply:
None in this subparagraph apply.

(XII) The following clauses are also applicable to this acquisition:
52.252-2 Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http:www.arnet.gov
The following other terms and conditions apply:
52.214-34 Submission of Offers in the English Language (Apr 1991)
52.214-35 Submission of Offers in U.S. Currency (Apr 1991)

(XIII) As prescribed in 48 CFR 1301.602-170, Contracting Officer's Authority (Apr 2010) - The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this solicitation, and, notwithstanding any provisions contained elsewhere in this solicitation, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the terms and conditions, including price.

(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.

(XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 5:00 P.M. CDT on August 4, 2011. All quotes must be emailed or faxed to the attention of Dena Grose. The email address is [email protected] and fax number is (405) 325-1889.

(XVI) Any questions regarding this solicitation should be directed to Dena Grose, [email protected], (405) 325-6513.

Bid Protests Not Available

Similar Past Bids

David Kentucky 08 Jun 2010 at 2 PM
David Kentucky 15 Jul 2010 at 9 PM
David Kentucky 24 Mar 2010 at 6 PM
David Kentucky 14 Apr 2010 at 9 PM
David Kentucky 17 Aug 2011 at 8 PM

Similar Opportunities

Springfield Virginia 01 Oct 2025 at 3 PM