Federal Bid

Last Updated on 24 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
David Kentucky

SGI system upgrade

Solicitation ID NRMAG000-13-01465DG
Posted Date 31 Aug 2013 at 1 AM
Archive Date 24 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
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 NRMAG000-13-01465DG.

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

(IV)          This procurement is available for full and open competition.  The associated NAICS code is 541519. 

(V)           This combined solicitation/synopsis is for purchase of the following commercial item(s)/services to be installed in an existing system:

 

Line Item 01:  Hardware

Base hardware deployment of a SGI Altix ICE/3X00/4X00 or UV server (3 each)

UV Directory Memory, 4GB (6 ea)

4GB DDR3 System Memory (96 ea)

NUMALINK 5 CABLE, 1.25M (12 ea)

2-outlet 220V single-phase power distribution unit (3 ea)

Xeon Processor, 8c/2.66GHz/24M/6.4GT/s (12 ea)

UV Compute Blade, 2 sockets, IO capable (6 ea)

UV Base IO Riser Card: 2xGig-e, 3xUSB, video, RS232, X4 SAS controller (3 ea)

UV system upgrade (3 ea)

UV 100 Blade Enclosure(IRU), 2 blades, 3U (3 ea)

Compute blade trim panel (3 ea)

Redundant Power Supply for UV 100 IRU (3 ea)

Remarketed UV 100 System (3 ea)

UV-100 power drop for C19 PDU-2.5M (6 ea)

Line item 02:
Installation Services;  install line item 01 hardware  on existing system.

Line Item 03: Software and Support

3 yr Novell SLES upgrade protection for X86-64 HPC servers. Order 1 per 8 sockets (3 ea)

SGI Foundation Software 2 software download license for SLES 11. Order 1 per system (3 ea)

Novell SLES 11 Software Download: Novell upgrade protection (3 ea)

SGI Performance Suite 1 SW Download for Novell SLES 11 and Red Hat RHEL 6 (3 ea)

SGI Performance Suite Right to Use License for SGI server systems (12 ea)

SGI Management Center downloadable media for all all platforms and editions (3 ea)

SGI Management Center Premium Edition for SGI Altix UV (12 ea)

Altair PBS Professional perpetual license (12 ea)

Annual support for Altair PBS Professional perpetual license (24 ea)

FULLCARE 3-Year  (3 ea)

Global Services in-box documentation, warranty, support programs, services (3 ea)


(VI)          Place of delivery is National Severe Storms Laboratory, 120 David L. Boren Blvd., Norman, Oklahoma, 73072.  Delivery shall be 20 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 hereby 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. 

In accordance with FAR Part 11.105(a)(1), the particular brand  name, products, or feature is essential to the Government's requirements, and market research indicates other companies' similar products, or products lacking the particular feature, do not meet, or cannot be modified to meet, the agency's needs.

 
(IX)  Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)
(
1)   In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(a)  Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

 

(b)  Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.  

(2)   The Offeror represents that, as of the date of this offer -

(a)   It is [  ]  is not [  ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(b)  
It is [  ]  is not [  ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.

(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)  52.232-39  Unenforceability of Unauthorized Obligations (Jun 2013)

(a) Except as stated in paragraph (b) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern:
(1) Any such clause is unenforceable against the Government.
(2) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an "I agree" click box or other comparable mechanism (e.g., "click-wrap" or "browse-wrap" agreements), execution does not bind the Government or any Government authorized end user to such clause.
(3) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement.
(b) Paragraph (a) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.

 (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 30, 2012.  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] (preferred) or (405) 325-6513.

Bid Protests Not Available

Similar Past Bids

David Kentucky 24 Mar 2010 at 7 PM
Location Unknown 23 Sep 2010 at 10 PM
David Kentucky 24 Mar 2010 at 6 PM
Location Unknown 17 Oct 2008 at 3 PM
Bureau Illinois 06 Aug 2008 at 3 PM

Similar Opportunities

Colorado 16 Jul 2025 at 4 AM (estimated)
Colorado 16 Jul 2025 at 4 AM (estimated)
Arlington Virginia 14 Jul 2025 at 4 PM
Arlington Virginia 05 Aug 2025 at 5 PM
Arlington Virginia 28 Jul 2025 at 5 PM