Federal Bid

Last Updated on 24 Aug 2012 at 8 AM
Combined Synopsis/Solicitation
New york New york

GPU Servers

Solicitation ID FA8751-12-Q-0525
Posted Date 08 Aug 2012 at 1 PM
Archive Date 24 Aug 2012 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
*AMENDMENT 05 DATED 08 AUG 2012. The purpose of this amendment is to revise the attached specifications, speficically to correct part number on item #4.  All other terms and conditions remain the same.*

*AMENDMENT 04 DATED 08 AUG 2012.  The purpose of this amendment is to revise the attached specifications and to extend the closing date to 09 AUG 2012 3PM EST. All other terms and conditions remain the same.*

* AMENDMENT 03 DATED 03 AUG 2012.  The purpose of this amendment is to revise the attached specifications in order to update the description for Item 2.  Offerors shall provide the items in the attached Excel spreadsheet (FA8751-12-Q-0525 Specs_Rev 3), or equal, on a firm fixed price (FFP) basis.  All other terms and conditions remain the same. *

* AMENDMENT 02 DATED 03 AUG 2012.  The purpose of this amendment is to revise the attached specifications in order to update the part number for Item 2.  Offerors shall provide the items in the attached Excel spreadsheet (FA8751-12-Q-0525 Specs_Rev2), or equal, on a firm fixed price (FFP) basis.  All other terms and conditions remain the same. *

* AMENDMENT 01 DATED 03 AUG 2012.  The purpose of this amendment is to revise the attached specifications.  Offerors shall provide the items in the attached Excel spreadsheet (FA8751-12-Q-0525 Specs_Rev1), or equal, on a firm fixed price (FFP) basis.  All other terms and conditions remain the same. *


This is a combined synopsis/solicitation for commercial items 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 FA8751-12-Q-0525 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) 2005-60 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120724. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This solicitation is being issued as a Total Small Business set-aside under NAICS code is 334111 and a small business size standard of 1000 employees. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item it did not itself manufacture, is 500 employees.

The contractor shall provide the items outlined in the attached Excel spreadsheet on a firm fixed price (FFP) basis. Offerors must quantify the warranty terms and include shipping FOB destination in the total price. The spreadsheet contains brand name products in a solution set known to be acceptable to the Government; however, solutions equivalent to or exceeding the functional and performance characteristics of the identified items will be considered for technical acceptability.

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

The required delivery date is within 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The exact address will be provided to the awardee.

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 3:00 PM ET, 9 August 2012 Submit to: AFRL/RIKO, Attn: Cody Owens, 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 SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of items in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation necessary.

(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. A UID label is required on all items with a unit price equal to or greater than $5,000.

(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(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 (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 evaluation factors shall be used to evaluate offers: (i) PRICE, (ii) TECHNICAL ACCEPTABILITY, and (iii) ABILITY TO MEET DELIVERY SCHEDULE. The evaluation factors are of approximately equal importance.

The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website via https://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation). For your convenience, the above mentioned submittal requirements are attached to this solicitation.

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
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside Alternate I
52.219-28, Post Award Small Business Program Rerepresentation
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, Encouraging Contractor Policies to Ban Text Messaging While Driving
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 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
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 Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 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 following 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

Force Pennsylvania 08 Jun 2011 at 7 PM
New york New york 05 Dec 2013 at 6 PM
Newport Rhode island 28 Feb 2017 at 5 PM
Virginia 25 Feb 2020 at 9 PM
Austin Texas Not Specified

Similar Opportunities

Los angeles California 19 Aug 2025 at 4 AM (estimated)
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 30 Sep 2025 at 4 AM (estimated)