The associated NAICS code 334111 size standard is 1,000 employees. However the small business size standard for a concern which submits an offer in its own name but which proposes to furnish an item which it does not itself manufacture, is 500 employees.
The evaluation factors for contract award will be (i) PRICE, (ii) PAST PERFORMANCE, (iii) DELIVERY SCHEDULE, and (iv) TECHNICAL ACCEPTABILITY (consisting of product performance characteristics, warranty, integration/installation capability, and technical support).
DESCRIPTION
The turn-key high performance computing assembly to be delivered and installed by the contract awardee is a complete computer cluster. The parts items and required performance characteristics detailed in Attachment 1 represent a technical solution that is known to fulfill the Government's requirement. Although the list of materials is based on Rittal and Hewlett-Packard products, offerors will be able to propose "brand name or equal" products (reference FAR 52.211-6). Proposals which include alternatives to the products identified in the description must be accompanied by technical documentation in sufficient detail for the Government to evaluate compliance with the performance characteristics of this known solution. The required performance characteristics reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the Government's needs.
RESPONSE PROCEDURES
Prime contractors who are 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, or SB concerns and who intend to submit a proposal for this notice MUST submit the following by 3:00 p.m. EST, 6 November 2014:
(1) a positive statement of your intention to submit a proposal for this notice as a Prime Contractor and manufacturer;
(2) dated letter or certification from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.);
(3) a technical package including the following:
i) a listing of equipment components with technical and performance specifications data in sufficient detail for the government to evaluate compliance with the performance characteristics of the known solution
ii) a brief narrative on the integration/installation capabilities of your firm.
(4) past performance information illustrating your firm's experience in work of similar type and scope identified above, to include contract numbers, project titles, dollar amounts, and points of contact with their current phone numbers
All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns. Failure to submit all information requested would result in a contractor being considered ‘not interested' in this requirement.
Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Ms. Janis Norelli, Small Business Specialist, tel 315-330-3311, 26 Electronic Parkway, Rome NY, 13441-4514. Technical questions may be referred to Richard Childres at 315-330-4194, Email [email protected] or Bryant Soule, 315-330-4723, [email protected].
NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov.
All responsible sources may submit a proposal which shall be considered by the agency.