This is a combined synopsis for commercial items prepared in accordance with the format in FAR Part 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 for this action will not be issued. The procurement is being issued as 100% Small Business Set Aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-53 and DFARs Change Notice 20110916. The NAICS for this requirement is 334111 "Electronic Computer Manufacturing," with a small business size standard of 1,000 employees. The solicitation number F1SEAD1243AG01 is issued as a request for quotation.
The Air Force Flight Test Center (AFFTC) at Edwards AFB, CA is seeking potential sources capable of providing the R710 Servers which include the following specifications:
Base Unit: PE R710 with Chassis for Up to 4, 3.5-Inch Hard Drives
Processor: PowerEdge R710 Shipping
Memory: 12GB Memory (6x2GB), 1333MHz Single Ranked LV UDIMMs for 2 Procs, Optimized
Monitor: Embedded Broadcom, GB Ethernet NICS with TOE and ISCSI Offload Enabled
Monitor: Embedded Broadcom, GB Ethernet NICS with TOE
Video Card: Intel Xeon X5647 2.93GHz, 12M Cache, 5.86 GT/s QPI, 4C
Video Memory: Intel Xeon X5647 2.93GHz, 12M Cache, 5.86 GT/s QPI, 4C
Video Memory: PowerEdge R710 Heat Sinks for 2 Processors
Hard Drive: 146GB 15K RPM Serial-Attach SCSI 3Gbps 3.5in Hotplug Hard Drive
Hard Drive Controller: PERC H200 Integrated RAID Controller, x4
Floppy Disk Drive: Power Saving BIOS Setting
Operating System: No Operating System
NIC: Broadcom 5709 Dual Port 1GbE NIC w/TOE iSCSI, PCIe-4
Modem: iDRAC6 Express
CD-ROM or DVD-ROM Drive: DVD ROM, SATA, INTERNAL
Sound Card: Bezel
Speakers: Riser with 2 PCIe x8 + 2 PCIe x4 Slot
Documentation Diskette: Electronic System Documentation and OpenManage DVD Kit
Feature No RAID for H200 or SAS 6/iR Controllers
Feature ReadyRails Sliding Rails With CableManagement Arm
Service: Hardware Limited Warranty Extended Year
Service: Hardware Limited Warranty Plus On Site Service Initial Year
Service: Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, 2 Year Extended
Service: Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year
Service: MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year
Service: ProSupport : 7x24 HW / SW Tech Support and Assistance , 3 Year
Installation: On-Site Installation Declined
Misc: High Output Power Supply Redundant, 870W
Misc: Power Cord, NEMA 5-15P to C13, 15 amp, wall plug, 10 feet / 3 meter
Misc: Power Cord, NEMA 5-15P to C13, 15 amp, wall plug, 10 feet / 3 meter
Misc: Power Cord, NEMA 5-15P to C13, 15 amp, wall plug, 10 feet / 3 meter
Quantity: 13 Each
Software & Accessories: CFI, Card, PWA, RSR, SV, PCIX, CTR, Customer Install
Quantity: 13 Each
Place of delivery: Edwards Air Force Base, Edwards, CA
Interested parties who believe they can meet the requirements in this Request for Quotes are invited to submit in writing a complete quote package to include:
Detailed product description as it relates to the requirement above; and delivery schedule.
If Brand Name or Equal provide those salient physical, functional, or performance characteristics of the brand name item that an "equal" item must meet to be acceptable for award.
Contractors must comply with FAR 52.204-7 Central Contractor Registration and DFARS 252.204-7004, Alternate A. Interested contractors can access the clauses by internet at URL: http://farsite.hill.af.mil. To register with the CCR, go to URL: http://www.ccr.gov/. Online Representations and Certifications application (ORCA) must be completed. Use of ORCA became mandatory on 1 Jan 2005. Contractors can access ORCA through CCR via the weblink provided above.
CLAUSES:
The following FAR provisions and clauses apply: Clause 52.212-01, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; Technically acceptable is meeting all minimum salient characteristics; including review of delivery schedule; 52.212-3, Offeror Representations and Certifications-Commercial items; 52.212-3 Alternate I; clause 52.222-3, Convict Labor; clause 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; clause 52.225-3, Buy American Act; clause 52.225-13, Restrictions on Certain Foreign Purchases; 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, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; Clause 52.232-33 Mandatory information for electronic funds transfer payment.
The following DFARs clauses apply to this acquisition: Clause 252.204-7008, Export-Controlled Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.232-7010, Levies on Contract Payments; 252.225-7012, Preference for Certain Domestic Commodities;252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea Alternate III; The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 5352.201-9101, Ombudsman.
Quotes are due not later than 23Sept 2011at 2:00 p.m. (PST) via electronic mail to: Daisy Joseph at [email protected].