This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-07-Q-0386 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070531. 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 423430 and small business size standard of 500 employees.
The offeror shall provide the following items on a firm fixed price basis:
Item 1: XSERVE RAID RACKMOUNT STORAGE
Qty: 2
Part No.: XSERVE RAID
Manufacturer: Apple
Description: 10500 GB size (14x750GB Ultra ATA). Cache battery backup module. Apple Care Service Parts Kit for XSERVE RAID.
Item 2: XSERVE RACKMOUNT SERVER
Qty: 1
Part No.: XSERVE
Manufacturer: Apple
Description: Two 3.0 GHz Dual Core Intel Xeon Processors. 8GB Memory (4x2GB). 3x750 GB Serial ATA Hard Drives. 24x Combo Optical Drive (DVD-ROM/CD-RW). Built in ATI Radeon x 1300 64MB SDRAM VGA Video Adapter. 2x Dual-Channel 4GB Fibre Channel Card with PCI Express Riser. Single 650W Power Supply. Rack Mounting Kit-Square Hole Rack.
Brand Name Justification:
AFRL/IFEC requires the Apple equipment to support in-house research and development efforts. Compatibility with the existing hardware and software configurations is essential to fulfill the current and ongoing research programs. There are no other manufacturers that offer configuration compatible products.
The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB destination point is AFRL/IF, Rome NY.
The following FAR, DFARS, and AFFARS provisions and clauses apply to this acquisition:
52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda:
(b) Written quotes are due by 3 PM Thursday 12 July 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to
[email protected].
(b)(4) Submit a technical description of the items being offered.
(b)(10) Past performance may be obtained by the Government from sources inside or outside the Government in order to determine responsibility. Offerors are not required to submit past performance information.
(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 five (5) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.
52.212-2 Evaluation-Commercial Items. The Government intends to award a firm fixed price contract as a result of this RFQ to the responsible offeror whose quote is the most advantageous based on price and technical capability. Both factors are of equal importance.
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. Offerors are required to submit paragraph (k) of this provision with their quote.
52.212-4 Contract Terms and Conditions-Commercial Items.
52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply:
52.219-6 Notice of Total Small Business Set Aside
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
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply:
252.225-7001 Buy American Act and Balance of Payments Program
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
252.247-7023 (Alt III) Transportation of Supplies by Sea
252.247-7024 Notification of Transportation of Supplies by Sea
The following FAR, DFARS, and AFFARS clauses and provisions also apply:
52.204-7 Central Contractor Registration
52.209-6 Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
52.247-34 FOB Destination
52.252-2 Clauses Incorporated by Reference, with the following internet addresses filled-in: http://www.arnet.gov/far or http://farsite.hill.af.mil
252.204-7004 (Alt A) Required Central Contractor Registration
252.211-7003 Item Identification and Valuation
252.225-7000 Buy American Act-Balance of Payments Program Certificate
252.225-7002 Qualifying Countries as Subcontractors
252.232-7010 Levies on Contract Payments
5352.201-9001 Ombudsman with the following filled in: Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754.
Offerors shall provide at least the same warranty terms, including extended warranties, offered to the general public in commercial practice.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.
Bid Protests Not Available