Federal Bid

Last Updated on 02 Oct 2013 at 8 AM
Combined Synopsis/Solicitation
New york New york

Relion 2800 Server

Solicitation ID FA8751-13-Q-0478
Posted Date 12 Sep 2013 at 7 PM
Archive Date 02 Oct 2013 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 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 FA8751-13-Q-0478 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) 2005-69 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130909. 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 total small business set aside under NAICS code 334111 and small business size standard of 1,000 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 which it did not itself manufacture, is 500 employees.

The contractor shall provide the following items on a firm fixed price basis:

Quantity: 1
Relion 2800 Server (or equal)

Specifications Include:

Standard Features:
Up to two Intel E5-2600 series CPUs
DDR3-1600 RAM up to 384GB
40 PCI-E lanes and flexible PCI-E configuration options
UP to 12 hot swap SATA/SAS/SSD drives, RAID option
2 x 1100W Redundant Power Supplies
Integrated Management Processor with IPMI 2.0 Support
On board "KVM over IP" support

Selected Features:
Dual 1100W Power Supply
Dual Intel Xeon E5-2680, 8C, 2.7GHz, 1600MHz, RAM, 130W
512GB, DDR3-1600 ECC (16 x 32GB)
2TB, SATA2 7200rpm, 3.5"
LSI 2008 SATA/SAS 6Gbps Mezzanine Card
Power Cord, C13 to NEMA 5-20 wall outlet 2m
Preload, CentOS, Version 6
Standard 3 Year Warranty

Total price must include shipping FOB Destination.

The required delivery date is 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 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 3PM, Tuesday 17 September 2013. Submit to: AFRL/RIKO, Attn: Jenna Tarbania, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2260 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 the items being offered.


(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 for all items with a unit price greater or equal to $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) SAM. Offeror's must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will 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:

(i) technical capability of the item offered to meet the Government requirement;
(ii) price;

All evaluation factors other than price, when combined, are of approximate equal importance. It is anticipated that an award will be made to the lowest priced, technically capable offeror.

Offerors are required to complete and submit with their offer the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I and 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law- Fiscal Year 2013 Appropriations (Deviation 2013-O0010).

For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1)

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:

52.219-6, Notice of Total Small Business Aside, ALT I
52.219-28, Post Award Small Business Program Re-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, 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-System For Award Management

The following additional FAR and DFARS clauses and provisions are applicable to this acquisition:

52.211-6, Brand Name or Equal
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.211-7003, Item Identification and Valuation
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
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.247-7023, Transportation of Supplies by Sea, Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea

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.

The following additional terms and conditions apply:

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

Similar Past Bids

Ridgecrest California 30 Aug 2019 at 9 PM
New york New york 28 Aug 2012 at 1 PM
Fremont California 12 Jan 2021 at 2 PM
Fremont California 12 Jan 2021 at 2 PM
Bethesda Maryland 14 Jul 2017 at 5 PM

Similar Opportunities

Location Unknown 31 Jul 2025 at 10 PM
New york New york 30 Sep 2027 at 4 AM (estimated)
Ellsworth air force base South dakota 31 Jul 2025 at 10 PM
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)