Federal Bid

Last Updated on 04 Oct 2011 at 8 AM
Combined Synopsis/Solicitation
New york New york

Server

Solicitation ID FA8751-11-Q-0630
Posted Date 14 Sep 2011 at 10 PM
Archive Date 04 Oct 2011 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
Contracting Office Address

Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514


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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751-11-Q-0551 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) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819. 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 is 1000 employees.

The contractor shall provide the following items on a firm fixed price basis:

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/PartNo: 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 Installation 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 (For Factory Integration Only)

Item 4: Power Cord
Qty: 2
Mfr/Part No: Sun 333A-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 (2x4GB) 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: 4
Mfr/Part No: Sun SESY3G12Z or equal
Description: 300 GB 10000 rpm 2.5 inch SAS-2 HDD with mounting bracket (for factory installation).

Item 8: Hard Disk Filler Panel
Qty: 4
Mfr/Part No: Sun SESY9MF1Z-N or equal
Description: Hard Disk Filler Panel

Item 9: 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 10: 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 x8 interface and dual DVI-I. ATO-Option RoHS-6.

Item 11: Slide Rail Kit
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 12: 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 13: Server Software
Qty: 1
Mfr/Part No: Sun SESY9SG1Z or equal
Description: Sun SPAR Enterprise T5120, T5220, T5140 and T5240 (or equal) server software pre-install, including Solaris 10 10/09 (update 8) plus required patches, Sun Studio 12 (or equal), LDom

Item 14: Premier System 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. Total price must include shipping FOB Destination.
The required delivery date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer Depot 2. 148 Electronic Pkwy Rome, NY 13441.

The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written proposals/quotes are due at or before 3:00PM, 15-SEP-2011. Submit to: AFRL/RIKO, Attn: John Haberer, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected]. Offerors are encouraged to submit their 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 3 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 (JAN 1999) applies. The following evaluation factors (both being of equal importance) shall be used to evaluate offers:
(i) Technical capability of the item offered to meet the Government requirement (ie: Sun Authorized/Certified Reseller status (or equivalent certification status, if not proposing Sun products) and;
(ii) Price;
The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2011), ALT I (APR 2011) 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
(JUN 2010), applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2011), 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 Set Aside, Alternate I
52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (Jun 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (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 (Oct 2003) (31 U.S.C. 3332)

The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2011), 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 (JAN 2009) (Section 847 of Pub. L. 110-181)
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 (MAR 2008) (10 U.S.C. 2227)
252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631) (Alternate III) (MAY 2002)
252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631)

The following additional FAR and FAR Supplements provisions and clauses also apply: (reference FAR 12.301)

52.211-6, Brand Name or Equal
252.211-7003, Item Identification and Valuation (JUN 2011)
252.232-7010, Levies on Contract Payments (Dec 2006)
5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407.
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 following Defense Priorities and Allocations System (DPAS) has assigned the rating DO-A7 to this effort.
All responsible organizations may submit a proposal, which shall be considered.

Point of Contact
John J. Haberer, Contracting Officer, Phone 315-330-1941 FAX, 315-330-2555, Email [email protected]

Bid Protests Not Available

Similar Past Bids

New york New york 15 Mar 2011 at 8 PM
Location Unknown 08 Sep 2010 at 3 PM
New york New york 26 Aug 2010 at 1 PM
Kirtland air force base New mexico 06 Aug 2008 at 9 PM
Wright patterson air force base Ohio 26 May 2010 at 1 PM

Similar Opportunities

New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)