This is a combined synopsis/solicitation for commercial items to be acquired using the procedures of FAR 13, prepared in accordance with the format in 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 (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 FA8751-11-Q-0360 is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110518. 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 334111 and small business size standard of 1000 employees.
The contractor shall provide the following items on a Firm Fixed Price basis, including the cost of shipping FOB Destination:
Item: 1 GPU Server
QTY: 5
Description: The following specifications are provided on a brand name or equal basis.
• Supermicro 6016GT-TF
• Intel Xeon 6c DP x 5650 2.66 GHZ
• Memory 96GB, 8GB DDR-3 1333MHZ Dual Rank ECC/REG x 12
• Hard Drive Western Digital 2TB Re4-GP WD2002FYPS
• 64GB Cache
• 7200RPM
• 10 Gigabit Ethernet Adapter PCIE 2.0 Dual Port CX4 Copnnectors
• Mellanox Connectx MNEH29-XTC
• All Drives Loaded, Server Must Boot Out Of Box
• Warranty 3 Year Full Warranty SVR/HPC, Includes 24 Hour Cross Ship Including 2 Way Shipping Coverage
Offerors 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 is 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 before 3 PM (ET), Friday 17 June 2011. Submit to: AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-4434 or by email to
[email protected]. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items.
(b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary.
(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 four (4) 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 FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: Price and Technical Capability. Technical Capability is significantly more important than Price.
The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov.
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 Alternate I
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
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.225-13, Restrictions on Certain Foreign Purchases
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 and Receiving Reports
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 or Equal
52.247-34, FOB Destination
252.232-7010, Levies on Contract Payments
5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 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 DFAR 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