Solicitation FA8751-11-Q-0252 is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110302. 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 total small business set-aside under NAICS code 334111 and small business size standard 1,000 employees.
The contractor shall provide the following items on a firm fixed price basis, including the cost of shipping FOB Destination:
Item 1: Server
Qty: 1
Mfr/Part No.: Sun SECAF143Z-N or equal
Description: Sun SPARC Enterprise T5120 Server: base with 1 ultrasparc T2 8-core 1.4GHz processor (for factory installation)
Item 2: AC Power Supply Unit
Qty: 2
Mfr/Part No.: Sun SECY9PS41Z-N or equal
Description: AC Power Supply Unit, Climate Saver Compliant 720W, for use with Sun SPARC Enterprise T5120 (or equal) (For factory integration Only). RoHS-6.
Item 3: Standard Agency Label
Qty: 1
Mfr/Part No.: Sun SECY9LS1Z-N or equal
Description: Standard Agency Label for SPARC Enterprise T5120 (or equal) AC 4 and 8HDD
Item 4: Power Cord
Qty: 2
Mfr/Part No.: Sun 33A-25-15-NEMA or equal
Description: Power Cord, North America/Asia, 2.5 Meters, NEMA 5-15P Plug, IEC60320-C13 connector, 15 A, 125 VAC rated
Item 5: Memory Expansion Kit
Qty: 2
Mfr/Part No.: Sun SESY2C1Z-N or equal
Description: 8GB ROHS-6 Memory Expansion Kit (2*4GB) Comprised of two low profile FBDIMMs. For use with Sun SPARC Enterprise T5120, T5220, T5440, Netra T5220 and Netra T5440 (or equal).
Item 6: Disk Backplane
Qty: 1
Mfr/Part No.: Sun SECY9BB2Z-N or equal
Description: 8 Disk Capacity 2nd Generation Disk Backplane. For use with the Sun SPARC Enterprise T5120 (or equal). RoHS-6 (For factory integration only).
Item 7: Disk Drive with Bracket
Qty: 3
Mfr/Part No.: Sun SESY3C11Z-N or equal
Description: 146GB 10K RPM 2.5' SAS Disk Drive with Bracket {Qty 1}. For use with Sun SPARC Enterprise T5120, T5220, T5140 & T5240 (or equal). RoHS-6 . For factory integration only.
Item 8: Disk Drive with Marlin Bracket
Qty: 1
Mfr/Part. No.: Sun SESY3G11Z-N or equal
Description: 300GB, 10K RPM 2.5 SAS Disk Drive with Marlin bracket (Qty 1). For use with Item 1. ROHS 6. ATO Option.
Item 9: Hard Disk Filler Panel
Qty: 4
Mfr/Part No.: Sun SESY9MF1Z-N or equal
Description: Hard Disk Filler Panel
Item 10: DVD Drive Assembly
Qty: 1
Mfr/Part No.: Sun SESY9DV2Z-N or equal
Description: SATA DVD Drive Assembly with 8X DVD +/- RW, slot load, slimline. For use with Sun SPARC Enterprise T5xx0 (or equal). RoHS-6. ATO Option
Item 11: Graphics Frame Buffer
Qty: 1
Mfr/Part No.: Sun 3000A-N or equal
Description: XVR-300 2D Graphics Frame Buffer. 24-Bit Color, high resolution 2D graphics accelerator. PCI Express xB interface and dual DVI-I. ATO Option, RoHS-6.
Item 12: Screw Mounted Slide Rail Kit for Rack Mounting
Qty: 1
Mfr/Part No.: Sun SESY9RK1Z-N or equal
Description: Screw Mounted Slide Rail Kit for Rack Mounting of the Sun SPARC Enterprise T5120, T5220, T5140 and T5240 (or equal). RoHS-6. For Factory Integration Only.
Item 13: Cable Management Arm
Qty: 1
Mfr/Part No.: Sun SESY9CA1Z-N or equal
Description: Cable Management Arm, compatible with either screw mounted slide rails or express rails. For use with Sun SPARC Enterprise T5120, T5220, T5140 and T5240 (or equal). RoHS-6.
Item 14: Software
Qty: 1
Mfr/Part No.: Sun SESY9SG1Z or equal
Description: Sun SPARC Enterprise T5120, T5220, T5140 and T5240 Server Software pre-Install, including Solaris 10 10/09 (update 8) plus required patches, Sun Studio 12, LDom
Item 15: Premier System (and OS) Support
Qty: 1
Mfr/Part No.: Sun Q-PREM-SPRT-SYS (or equal)
Description: Premier System (and OS) Support
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
The estimated delivery date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer Depot, 148 Electronic Pkwy, Rome, NY, 13441.
The provision at 52.212-1, Instructions to Offerors - Commercial Items , applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3 PM (ET), Friday, 25 March 2011. Submit to: AFRL/RIKO, Attn: Amber Hoffman, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8204 or by email to [email protected]. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.
(b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary.
(b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.
(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 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.
The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Price, Technical Capability, and Sun Authorized/Certified Reseller status (or equivalent certification status, if not proposing Sun products); all factors are of equal importance.
The representations and certifications found in the provision at 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.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:
52.219-6, Notice of Total Small Business Aside, Alternate I
52.219-28, Post Award Small Business Program Representation
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
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
The clause at 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. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
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 and Receiving Reports
252.247-7023, Transportation of Supplies by Sea, Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea
The following additional FAR and FAR Supplements provisions and clauses also apply:
52.211-6, Brand Name or Equal
252.211-7003, Item Identification and Valuation
252.232-7010, Levies on Contract Payments
5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.
The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.
All responsible organizations may submit a proposal, which shall be considered.