PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT & MATERIAL
OFF ADD: AFFTC/PKTB Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93534
SUBJECT: Storage area Network
REF NO.: F1SBAF7010BG01
DUE: 8 April 2007
POC: Brian Wu, (661) 277-3282 (Phone)
DESC:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is a request for a quote (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DFARs Change Notice (DCN) 20060908. This acquisition is small business-set aside. NAICS code is 334112.
Description: The Air Force Research Laboratory has a requirement for a storage area network (SAN).
Solicitation is for the commercial purchase of:
CLIN 0001 HP Universal Rack 10642 G2 Shock Rack, P/N AF002A
CLIN 0002 Factory Express Base Racking, P/N: AF002A 001
CLIN 0003 HP EVA6000-A 2C4D Array, P/N: AD556B. Includes Factory Integrated, P/N: AD556B 0D1
CLIN 0004 HDD, 300GB FC 1â 10K Fact All, P/N: 364622-B23. Includes Factory Integrated, P/N: 364622-B23
CLIN 0005 HP Storage Works 4/32 Base SAN Switch, P/N: A7537A. Includes Factory Integrated, P/N: A7537A 0D1
CLIN 0006 HP 24A High Voltage US/JP Modular PDU, P/N: 252663-D72. Includes Factory horizontal mount of PDU, P/N: 262663-D72 0D2.
CLIN 0007 HP 10K G2 600W Stabilizer Kit, P/N: AF062A. Include with complete system, P/N: AF062A B01.
CLIN 0008 HP 10642 G2 Side Panel Kit, P/N: AF054A. Includes Factory integrated, P/N: AF054A 0D1.
CLIN 0009 5m SW LC/LC FC Cable All, P/N: 221692-B22. Factory Integrated, P/N: 221692-B22 0D1
CLIN 0010 Storage Works LC/LC 2m Cable, P/N: 221692-B21. Factory integrated, P/N: 332692-B21 0D1.
CLIN 0011 HP installation Service, P/N: Ha113a1
CLIN 0012 Rack and Rack Options Installation, P/N: HA1131A1 5BY
CLIN 0013 HP Command View EVA v6.0 Media Kit, P/N: T3724D
CLIN 0014 HP CV EVA6000 V4.0 Unlim use per EVA LTU, P/N: T3729A
CLIN 0015 HP EVA4K/6K/8K 6.0 Controller Media Kit, P/N: T4256D
CLIN 0016 2GB Dual Channel PCIx FC HBA, P/N: 321835-B21
CLIN 0017 HP 4GB SW Single Pack SFP Transceiver, P/N: A7446B
CLIN 0018 HP 3y Support Plus 24 SVC, P/N: Ha110A3
CLIN 0019 Manuals on CD-Rom, P/N: HA110A3 0BC
CLIN 0020 SAN Switch 2/32 aqnd 4/32 Support, P/N: HA110A3
CLIN 0021 cv EVA, BC, SP band 8CB Support, P/N: HA110A3 8CB
CLIN 0022 EVA FC 146GB/300GB HD D Support P/N: HA110A3 8HH
CLIN 0023 EVA6000 2C4D Support, P/N: HA110A3 8WG
CLIN 0024 CD-ROM (disk only), P/N: HA110A3 AAF
CLIN 0025 HP Implementation Service, P/N: HA115A1
CLIN 0026 San Level 2 Tier 3 Implementation, P/N: Ha115A1 5C3
CLIN 0027 ADIC SCALAR I500 I4U Base 36 Slot, P/N: ADI-9-01355-01
CLIN 0028 ADIC SCALAR I500 LTO-3 Native FC Mod, P/N: ADI 3-03175-02
CLIN 0029 ADIC 7.5M LC-LC Optical MM Cable, P/N: ADI-3-03893-01
CLIN 0030 ADIC LT03 Barcode Labels, P/N: ADI-3-02646-10
CLIN 0031 Imation LT03 Ultrium 400/800 W/Case, P/N: IMN-17532
CLIN 0032 Quantum 100PK LT03 Barcode Label, P/N: QTN-TM-DL-L3-100
CLIN 0033 Imation 1PK UNIV LTO clean Cart, P/N: IMN-15931
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors-Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans); clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFAR clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program); and 252.211-7003 Item Identification and Valuation. In addition, The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so.
Additional information: Technical point of contact is: Kriss VanderHyde, AFRL/PRO, 661-275-5343
[email protected] Contractual point of contact is Brian Wu, (661) 277-3282, fax 661-277-2114, E-mail:
[email protected]. Alternate contractual point of contact is Marc Venzon, (661) 277-2097, E-mail:
[email protected]. Responses must be received no later than (NLT) 1:00 p.m., Pacific Standard Time, 8 April 2007. Responses should be submitted to: Brian Wu, Air Force Flight Test Center (AFFTC/PKTB), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. Telephone requests to be placed on a mailing list will not be honored.
Bid Protests Not Available