Federal Bid

Last Updated on 30 Sep 2010 at 9 AM
Combined Synopsis/Solicitation
New york New york

Fibre SATA Enclosure

Solicitation ID FA8751-10-Q-0547
Posted Date 08 Sep 2010 at 9 PM
Archive Date 30 Sep 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states
This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751-10-Q-0547 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) 2005-45 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100827. 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 334112 and small business size standard of 1000 employees.

The contractor shall provide the following Xyratex SATA Fibre Enclosure (brand name or equivalent) item on a Firm Fixed Price basis, specifying the warranty term for hardware and including the cost of shipping FOB Destination:

Item 1: SATA Fibre Enclosure
Qty: 1 ea
MFR P /N: Xyratex F5404E or equal
Description: 80 TB Raid Enclosure with Fibre Controllers; Dual RAID Controller, 2x1GB Cache, 1 Year Support; Total of 4 RAID Arrays with RAID 5 Volume: 19073 GB (11+1 x 2TB SATA)

Additional Specifications:
External Interface: 4Gb FC, point-to-point, loop and fabric (switched) topologies

Supported Operating Platforms: Windows 2003 (IA32, EM64T); RedHat Linux AS3/AS4 (IA32, EM64T); SuSE Linux 9/10 (IA32, EM64T)

Supported Hosts: 256, 512 LUNs, LUN Masking, >2TB LUNs

Total Capacity per Unit: 48TB

Expansion Chassis: RS-4835-E3-XPN (1 max), SAS connected, single and dual IO Module configurations
Total Expansion Capacity: 96TB, 1G Cache per controller (selectable by volume - read, adaptive read-ahead, write through, write-back), battery backup

Interface Types: SATA-II (3GB), NCQ, dedicated bandwidth to each drive

Max Drives per Enclosure: 48, 512 Logical Drives/system, automatic bad sector assignment

No. RAID Controllers: 2 (dual - HA)

RAID Levels Supported: Up to 96 disk arrays with independent RAID level 0, 1, 5, 6, 10, & 50 support, selectable strip sizes (64,128 & 256K), partial strip read/write

RAID Protection Features: Background initialization, background parity checking and automatic drive rebuild with redundant RAID arrays

Software: StorView, StorView Global, StorView Path Manager

Interfaces Supported: Ethernet (out-of-band), FC host based (in-band)

Hot Swappable Components: PSU/cooling modules, disk drives, RAID controllers

Additional Reliability Features: StorView Path Manager for Windows and Linux - host based dynamic multi-path failover

Height: 175mm (6.89") 4 EIA Units

Width: 482mm (19") IEC Rack Compliant

Depth: 810mm (31.9") 1m depth rack required

Weight: 74.8Kg (165lbs) with drives

Service Clearance: 559mm (22") shelf pull-out

Operational Altitude: 0 to 2,133m (0 to 7,000ft)

Non-operational Alt.: 0 to 12,192m (0 to 40,000ft)

Voltage: 100 to 240V AC 5.0A maximum per input

Frequency: 60/50Hz, single-phase

Power Consumption: 800W typical

Temperature Range: Operating: 5ºC to 35ºC (41ºF to 95ºF)

Humidity: Operating: 10% to 80% non-condensing

Operational Shock: 5g 10ms ½ sine

Operational Vibration: Random 0.21grms 5-500Hz

Non-op. Shock: 30g 10ms ½ sine

Non-op. Vibration: Random 1.04 grms 2-200Hz

Relocation Vibration: Swept sine 0.9g 2-200Hz

Acoustics: <58 dB LpA @20°C

Warranty: Enclosures with drives - Up to 3 years.

No used or refurbished equipment will not be accepted.

Offers shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

The expected delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441.

The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before1 PM (ET), Wednesday 15 September 2010. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected]. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items.

(b)(10) No past performance information is required.

(b)(11) INCLUDE A STATEMENT VERIFYING THAT YOUR FIRM IS CAPABLE OF CONFORMING TO THE REQUIREMENTS OF DFARS CLAUSE 252.211-7003, ITEM IDENTIFICATION AND VALUATION.
This clause applies to certain items with unit price greater than or equal to $5,000.

(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 three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror.

The provision at 52.212-2 Evaluation -- Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Capability. Both evaluation factors are of equal importance.

The representations and certifications found in the provision at 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. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote.

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Representation
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

The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:

252.203-7000, Requirements Relating to Compensation of Former DoD Officials
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, Transportation of Supplies by Sea Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea

The following additional FAR and FAR Supplements provisions and clauses also apply:

52.211-6, Brand Name of Equal
52.247-34, FOB Destination
252.211-7003, Item Identification and Valuation
252.232-7010, Levies on Contract Payments

5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407.

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.

All responsible organizations may submit a quote, which shall be considered.

Bid Protests Not Available

Similar Past Bids

Panama city Florida 01 Aug 2012 at 12 PM
Location Unknown 15 Jan 2009 at 12 PM
Pike New hampshire 11 Jan 2010 at 4 AM
Location Unknown 14 Jul 2014 at 9 PM
Oak Nebraska 18 Apr 2018 at 8 PM

Similar Opportunities

New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 31 Dec 2026 at 5 AM (estimated)