Solicitation FA8751-10-Q-0505 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) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100820. 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, specifying the warranty term for hardware and including the cost of shipping FOB Destination:
Item 1: Work Station
MFR - P/N: Boxx Technologies 4850 Extreme Series "OR EQUAL"
QTY: 3 ea
CONFIGURATION:
- Intel i7 Six Core Enhanced Performance Processor (4.15 Ghz)
- 24 GB DDR3 1333 (6 DIMMS)
- NVIDIA Geforce GTX480 1.5 GB
- RAID 0 Configuration
- 5 x 256 GB SSD SATA
- Blu-Ray RW Drive
- Microsoft Windows Vista Ultimate Edition 64-Bit
- USB Keyboard
- Logitech M500 Corded Mouse
- 3 Year Limited Warranty
Additional Specifications:
- Intel Core i7 Extreme
- Intel x58/ ICH10R
- Nvidia nForce 200
- Three Channel DDR3-1066-1600 (6 DIMMS)
- (6) Serial ATA 3Gb/s ports (RAID 0 and 1)
- (2) SAS ports (RAID 0 and 1)
- (2) Gigabit Ethernet ports
- 7.1 HD Audio (Front panel mic + audio out)
- (1) S/PDIF out (Coaxial + Optical)
- (8) USB 2.0 ports: (2) Front, (6) Rear
- (2) 1394a ports (1) Front, (1) Rear
- (2) e-SATA ports
- 1000W Power Supply
- 4U: 7"w x17"h x 19"d
Must have the ability to accommodate the follow expansion options:
- (4) 3.5" hard drive bays
- (2) PCIe 2.0 x 16 slots (at x16 or x8 mode)
- (1) PCIe 2.0 x 16 slots (at x16 mode)
- (2) PCIe 2.0 x 16 slots (at x8 mode)
- (1) PCIe 2.0 x 16 slots (at x4 mode)
Item 2: Work Station
MFR - P/N: Boxx Technologies 8520 Extreme Series "OR EQUAL"
QTY: 1 ea
CONFIGURATION:
- SAS Onboard System Configuration
- WS DUAL XEON x5680 3.33Ghz, 12MB cache, 1333 MHz, 6.4 GT/s QPI
- (Six-Core)
- 48GB DDR3-1333 REG ECC (Qty: 12, 4GB DIMMS)
- 2 x ATI Fire Pro V8800 - (NCNR)
- ATTI Fire Pro S400 Sync Card - (NCNR)
- RAID 0 Configuration
- 16GB SSD SATA
- 2 x 256GB Set SSD Drives (2 x 256GB SSD SATA)
- Blu-Ray RW Drive
- Microsoft Windows 7 Ultimate Edition 64-Bit
- USB Keyboard
- Logitech LX3 Optical Mouse
- 3 Year Limited Warranty
Additional Specifications:
-Intel Xeon 5600 Processors
- Intel 5520 Chipset
- DIMM ECC DDR3-1333 Mhz (12) DIMM Slots
- (6) Serial ATA ports (RAID 0, 1)
- (2) Gigabit Ethernet Ports
- HD Audio (Front panel mic + audio out)
- (1) IEEE 394a Port - (Front)
- (6) USB 2.0 Ports - (2) Front, (4) Rear
- (1) Serial Port
- 850W Power Supply
- 4U: 7"w x17"h x 19"d
Must have the ability to accommodate the follow expansion options:
- (4) 3.5" hard drive bays
- (2) 5.25" drive bays
- (2) PCI Express x16
- (1) PCI Express x4
- (3) PCI
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 before 3 PM (ET), FRIDAY 03 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)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if 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.
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:
52.219-6, 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 or 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.