Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:F3HTB29072AW01_SACCS_Host_Replacement
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. This solicitation F3HTB29072AW01_SACCS_Host_ Replacement is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03 (effective 12 July 2019). This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 334111, Product Service Code 7035 and the small business size standard is 1,250 Employees. The following commercial items are requested in this solicitation; CLIN 0001 - Fundamental Software, Inc. (FSI) Integrated System Server - Model D6S0F8FLEXESDOD2019 FLEX-ES • A SuperMicro-brand motherboard. (BIOS updated CPU microcode to address 'Spectre' derivatives (Common Vulnerabilities and Exposures (CVE) -2018-3639 and CVE-2018-3640). Applied enhancement to address CVE-2017-5715.) • A multi-core Intel Xeon processor appropriate for the licensed mainframe capacity • 16 GB of ECC server memory • A 4U chassis with dual redundant power supplies configured for rack mounting • Linux operating system, CentOS 7. Contractor will perform hardening of the CentOS system per the DISA STIG for Red Hat Enterprise Linux 7. • 6 USB 2.0 ports and 4 USB 3.0 ports • Dual motherboard-integrated Gigabit Ethernet ports (RJ-45 connections) • One 8-port SAS/SATA RAID adapter with Cache Backup Unit • SATA DVD R/W optical drive • USB keyboard and USB mouse • FSI USB Security dongle (required due to USB 3.0 being present in system). • Three new 2-Terabyte (2TB) (measured in industry decimal-based capacity) SATA • Enterprise-class Hard Disk Drives (HDD) configured for hardware RAID 1-protection and one hot-spare configured with the STIG hardened x86_64 Linux and FLEX-ES • Three removable 2TB USB disk-drives for stand-alone disaster recovery system backup of the Linux system and mainframe-emulated DASD. The partition holding the file system on the removable drives will be encrypted using Linux Unified Key Setup (LUKS), specifying aes-xts-plain64 algorithm.' Qty: 2 Unit of Issue: Each CLIN 0002 - On-site installation of hardware and system migration • On-site installation of hardware and system migration of existing mainframe-emulated DASD volumes from the current FLEX-ES server disks to the new disks using backups taken to on-site removable disk drives, as well as training services on the new server systems consisting of three (3) consecutive days at Offutt AFB, Nebraska. Qty: 1 Unit of Issue: Each CLIN 0003 - Spare Parts Kit for FSI Model D6S0F8FLEXESDOD2019 FLEX-ES • Spare Parts Kit for FSI Model D6S0F8FLEXESDOD2019 FLEX-ES integrated system servers with 8MIPS FLEX-ES capacity consisting of a SuperMicro brand motherboard, 16 GB of ECC server memory, a multi-core Intel Xeon processor and one 8-port SAS/SATA RAID adapter with Cache Backup Unit. Qty: 1 Unit of Issue: Each Please see attached Statement of Work for further details. Product shall be delivered within (30 Days ADC) FOB: Destination. Building 41. Offutt AFB, NE 68113 The following provisions and clauses apply to this requirement: - FAR 52.212-1, Instructions to Offerors--Commercial Items, - FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLIN 0001, CLIN 0002, and CLIN 0003. - FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, - FAR 52.212-4, Contract Terms and Conditions-Commercial Items; - FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses within applies: 52.219-6; 52.219-28;52.222-3;52.222-21;52.22-26;52.222-41;52.222-42;52.222-43;52.222-44;52.222-50;52.225-13;52.232-33 - Additional Clauses will be included at time of award. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. All quotes are due to POC listed below (preferably by email) by no later than due time of 1100hrs/11:00 AM CST on 9 August 2019. Please send all quotes to: DARRYL J. HANDBERG, A1C, USAF Contract Specialist 55 CONS/PKC 501 Peacekeeper Dr. Bldg. 323C Offutt AFB, NE 68113 Darryl.handberg@us.af.mil DSN: 232-1449 COMM: (402)232-1449