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.
Solicitation Number: W15QKN-14-T-2307
Notice Type: Combined Synopsis/Solicitation
Note: Offerors may use another format for submission of quotes. However, all quotes must contain the minimum information required under Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors, Commercial Items (Feb 2012).
This is a combined synopsis/solicitation for commercial items in accordance 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 will not be issued.
Under this requirement, the Army Contracting Command New Jersey (ACC- NJ) Information Technology Center has a requirement for the United States Army Criminal Investigations Command (USACIDC), Computer Crime Investigative Unit (CCIU) for the procurement of 6 Rack Mounted Computer Servers. Specific requirements in the attached Statement of Work, dated 24 July 2014. This solicitation is a Total Small Business Set-Aside solicitation. The associated North American Industrial Classification Standard (NAICS) Code is 334111 Electronic Computer Manufacturing.
In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the lowest price, technically acceptable quote. Offerors must meet the requirements as specified in the Statement of Work. Offerors must include extended specs and/or manufacturers name and part numbers (if applicable) by the end date and time of this Request for Quote (RFQ). Failure to provide this information may result in your quote not being considered. The anticipated award will be a Firm Fixed-Price Contract. Offerors must submit quotes on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure.
This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 05-76.
All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Workflow (WAWF). WAWF is the Governments' mandatory payment method. Vendors/contractors are to be registered in WAWF to receive payment through Electronic Funds Transfer (EFT). If you are not currently registered in WAWF, please visit the following website: https://wawf.eb.mil/ to complete your registration. You must be registered in WAWF to be awarded any resulting contract. Additional instructions for WAWF registration are listed below.
DEADLINE: Responses to this Request for Quote (RFQ) must be signed, dated, and received via electronic mail to Contracting Specialist, Akiba Muldrow,
[email protected] no later than 2:00PM DST (Daylight Savings Time) on 18 September 2014. Responses should be marked with Solicitation Number W15QKN-13-T-2307. Vendor must include CAGE Code, DUNS #, Tax ID and delivery terms with quote. Please visit the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. All quotes must be valid for a minimum of 60 days.
Questions or clarifications concerning this RFQ may be directed to the above POC or Linda Chant, Contracting Officer.
Linda Chant, Email:
[email protected] , Phone: (609) 562- 562-8084;
Akiba Muldrow, Email:
[email protected] , Phone: (609) 562-4914
ITEM NO. DESCRIPTION QTY. UNIT UNIT PRICE AMOUNT
0001 Class: server rack mounted
processor: = or greater than 2x Intel Xeon E7-4830 2.2GHz 10 Core
memory: = or greater than ECC 256 GB 1600MHz RAID: = or greater than 1
operating system: = or greater than 2x 146GB SAS 15k 2.5 quote mark
storage: = or greater than 22x 300GB SAS 10k 2.5 quote mark network: = or greater than dual 10Gb power: = or greater than non-redundant 1100w
rails: sliding with cable management optical: = or greater than DVD-ROM virtual option: vmware esxi v5.5 embededed image on flash media
sd module: = or greater than 1GB internal for vmware
Firm-Fixed-Price (FFP)
FOB: Destination
***Please review the attached Statement of Work (SOW) for further description of each item. 6 each $_________ $__________
Place of Performance:
USACIDC CCIU
27130 Telegraph Road
Quantico Virginia 22134
Deliveries and Performance: FOB Destination
Inspection and Acceptance: Supplies/services will be Inspected/Accepted by the Government at Freight on Board will be Destination. Packaging will be in accordance with best commercial practices.
All FAR clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. The following Federal Acquisition Regulation FAR and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition:
FAR 52.204-7, Central Contractor Registration
FAR 52.212-1, Instructions to Offerors - Commercial Items
FAR 52.212-3, Offeror Representations and Certificates-Commercial Items
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-1 Payments
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.243-1 Changes-Fixed Price
FAR 52.233-4 Applicable Law for Breach of Contract Claims
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.232-33, Payment by Electronic Funds Transfer- -Systems for Award Management
FAR 52.247-34, F.O.B Destination
FAR 52.232-4004, Army Electronic Invoicing Instructions
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252-204-7003, Control of Government Personnel Work Product
DFARS 252.204-7004, Alternate A, Central Contractor Registration
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.246-7000, Material Inspection and Receiving Report
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.225-7031, Secondary Arab Boycott of Israel
DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
CLAUSES INCORPORATED BY FULL TEXT
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/these address(es):
http://arnet.gov/far
http://www.farsite.hill.af.mil
(End of clause)
252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2013)
(a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components.
____ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207).
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components.
(1) ____ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181).
(2) __X__ 252.203-7003, Agency Office of the Inspector General (DEC 2012)(section 6101 of Pub. L. 110-252, 41 U.S.C. 3509).
(3) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416).
(4) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (AUG 2012) (15 U.S.C. 637).
(5) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note).
(6)(i) ____ 252.225-7001, Buy American and Balance of Payments Program (DEC 2012) (41 U.S.C. chapter 83, E.O. 10582).
(ii) ____ Alternate I (OCT 2011) of 252.225-7001.
(7) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (MAR 2013) (10 U.S.C. 2533b).
(8) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (MAR 2013) (10 U.S.C. 2533b).
(9) ____ 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) (10 U.S.C. 2533a).
(10) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a).
(11) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Pub. L. 107-117 and the same restriction in subsequent DoD appropriations acts).
12) ____ 252.225-7017, Photovoltaic Devices (DEC 2012) (Section 846 of Pub. L. 111-383).
13)(i) ____ 252.225-7021, Trade Agreements (DEC 2012) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note).
(ii) ____ Alternate I (OCT 2011) of 252.225-7021.
(iii) ____ Alternate II (OCT 2011) of 252.225-7021.
(14) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779).
(15) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755).
(16)(i) ____ 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (DEC 2012) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note).
(ii) ____ Alternate I (JUN 2012) of 252.225-7036.
(iii) ____ Alternate II (NOV 2012) of 252.225-7036.
(iv) ____ Alternate III (JUN 2012) of 252.225-7036.
(v) ____ Alternate IV (NOV 2012) of 252.225-7036.
(vi) ____Alternate V (NOV 2012) of 252.225-7036.
(17) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)).
(18) ____ 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383).
(19) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts).
(20) ____ 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)).
(21) ____ 252.227-7015, Technical Data-Commercial Items (DEC 2011) (10 U.S.C. 2320).
(22) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4(c)))(10 U.S.C. 2321).
(23) ____ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227).
(24) __X__ 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84)
(25) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375).
(26) ____ 252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 U.S.C. 2410).
(27) ____ 252.246-7004, Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) (Section 807 of Pub. L. 111-84).
(28) ____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417).
(29)(i) __X__ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(ii) ____ Alternate I (MAR 2000) of 252.247-7023.
(iii) ____ Alternate II (MAR 2000) of 252.247-7023.
(iv) __X__ Alternate III (MAY 2002) of 252.247-7023.
(30) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR (2000) (10 U.S.C. 2631).
(31) ____ 252.247-7027, Riding Gang Member Requirements (OCT 2011) (Section 3504 of Pub. L. 110-417).
c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:
(1) 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383).
2) 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)).
(3) 252.227-7015, Technical Data--Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)).
(4) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4(c)).
(5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84).
(6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375).
(7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417).
(8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(End of clause)
ATTACHMENT:
1. Statement of Work, 24 July 2014
STATEMENT OF WORK
Forensic Computers
1.0 Scope: The contractor shall provide (6) Rack Mounted Server Computers.
1.1. This effort shall be proposed on a firm-fixed-price basis.
1.2 Specifications:
The server specs should be;
Quantity: 6
Class: server rack mounted
processor: = or greater than 2x Intel Xeon E7-4830 2.2GHz 10 Core
memory: = or greater than ECC 256 GB 1600MHz
RAID: = or greater than 1
operating system: = or greater than 2x 146GB SAS 15k 2.5 quote mark
storage: = or greater than 22x 300GB SAS 10k 2.5 quote mark
network: = or greater than dual 10Gb
power: = or greater than non-redundant 1100w
rails: sliding with cable management
optical: = or greater than DVD-ROM
virtual option: vmware esxi v5.5 embededed image on flash media
sd module: = or greater than 1GB internal for vmware
shipping: quantico, va
1.3 Period of Performance/Place of Performance: Items shall be delivered within thirty (30) days from the date of contract award.
1.4 Delivery of items:
US Army CID, CCIU
27130 Telegraph Road
Quantico, VA 22134
POC: Aaron Winston
Phone: (571) 305-4498
Email:
[email protected] 1.5 Government Furnished Equipment/Materials/Facilities: N/A
1.6 Inspection/Acceptance /FOB Terms: Inspection and Acceptance shall be at Destination. FOB shall be at Destination.
1.7 Security: N/A
2.0 Applicable Documents: N/A
3.0 Deliverables: N/A
4.0 Travel/Special Requirements: N/A
Bid Protests Not Available