Earthquake Protection of IT Servers

expired opportunity(Expired)
From: Federal Government(Federal)
FA9302-22-Q-0044

Basic Details

started - 01 Aug, 2022 (21 months ago)

Start Date

01 Aug, 2022 (21 months ago)
due - 08 Aug, 2022 (21 months ago)

Due Date

08 Aug, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
FA9302-22-Q-0044

Identifier

FA9302-22-Q-0044
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709600)DEPT OF THE AIR FORCE (60499)AFMC (17421)AIR FORCE TEST CENTER (3212)FA9302 AFTC PZZ (453)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.(ii) Solicitation Number: FA9302-22-Q-0044This solicitation is issued as a Request for Quote (RFQ)(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-06 and DPN 20220623 and AFAC 2022-0502.(iv) THIS REQUIRMENT WILL BE: Unrestricted. NAICS Code is 423210, size standard 100 employees.(v) CLIN Nomenclaturea.  CLIN 0001 – Products                               Quantity                 Items to be Fastened                     Part Number                          Product Description6                              ISO-Base™
Planks                         IBP 1045BQ                     1- 10.75” x 45” Plank with Quake Coat™12                            ISO-Base™ Planks                         IBP 1245BQ                     1- 12.75” x 45” Plank with Quake Coat™24                         ISO-Base™ Connectors                      IBC 650M                               1- 650 mm Connector36                         ISO-Base™ Connectors                      IBC 600M                               1- 600 mm Connector6                        ISO-Base™ Bearing Restraint                  IBR 10                              2- 10” Bearing Restraints12                      ISO-Base™ Bearing Restraint                  IBR 12                                 2- 12” Bearing Restraintsb.  CLIN 0002 – Installationc.  CLIN 0003 – Shipping(vi) BackgroundSeismic base isolation systems work by decoupling strong seismic ground motions and vibrations from a structure, eliminating or drastically reducing the path through which damaging shock waves and vibrations can travel. The advantages of using this technology in data centers in earthquake prone areas is clear. Its ability to channel shock waves away from sensitive IT equipment goes far to protect assets, helping to ensure uptime in the event of a natural disaster. Additionally, because the vibrations are mitigated server racks are also protected, thus helping to ensure that they won’t fall onto data center personnel. The vendor will need to provide and install isolation systems. Labor for installation is included in the attached quote.Critical requirements products/services must meet:Product must comply with seismic safety building standard SB1953. Product must require minimum to no maintenance once installed.Platforms have to accommodate commercial sized IT racks (24"W X 42"D X 89"T)Ability to withstand seismic activity consistent with the geographic area. Examples of withstand are not tipping and maintained serviceability of rack components.Product must exceed the safety factors associated with traditional bolting of IT racks to floors or adjacent structures.Product must be able to be installed on raised computer floors.Decrease probability of system down time commonly caused by seismic activity.(vii) Delivery Date: MUST BE received NO LATER THAN 90 Days after Receipt of Order. Please notate estimated delivery timeframes in quote.FOB: DESTINATION – EDWARDS AFB, CAShip Address to:412 TW/TMGSEdwards AFB CA(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Air Force FAR Site, acquisition.govADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial ItemsOfferors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:Unique Entity ID:TIN Number:CAGE Code:Contractor Name:Payment Terms (net30) or Discount:Point of Contact and Phone Number:Email address:FOB (destination or origin):Warranty (if applicable)TECHNICAL CAPABILITY INFORMATION:Provide details of your firm’s ability to provide the product offered. This information will be used to determine the technical acceptability of the product offered. Technical Capability information is included “Description of Items to be acquired” section (vi) above.(ix)  The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR part 13.106. The evaluation criteria is LOWEST PRICE TECHNICALLY ACCEPTABLE.ADDENDUM to 52.212-2, Evaluation – Commercial Items.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers:(i) Price(ii) Technically Acceptable(ii) Technical capability of the item offered to meet the Government requirement; (Your quote package, MUST clearly show and demonstrate your company’s ability to meet all stated requirements of section “(iv) Description of Items to be acquired.” Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.)(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.(xiii) The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via acquistion.gov(xiv) Additional Contract Requirement or Terms and Conditions:N/A(xv) Defense Priorities and Allocation System (DPAS):N/A(xvi) Proposal Submission Information:Offers are due by 3 Aug 2022 at 7:00 AM Pacific Standard Time (PST) via electronic mail(xvii) For additional information regarding this solicitation contact:Christina Day at christina.day.6@us.af.mil, and Lisa Davis at lisa.davis.6@us.af.mil  Primary Point of Contact:Christina DayContract Specialistchristina.day.6@us.af.milPhone: 760-774-5687Secondary Point of Contact:Lisa DavisContract Specialistlisa.davis.6@us.af.milPhone: 661-275-2498Contracting Office Address:5 S Wolfe Ave., Bldg. 2800Edwards AFB, California 93524-1185United States

Edwards ,
 CA  93524  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Edwards Air Force Base

You may also like

SPREADSHEET SERVER SOFTWARE MAINTENANCE GLOBAL SOFTWARE

Due: 30 Jun, 2024 (in 2 months)Agency: City of Corinth

RIGHTFAX SERVER SOFTWARE MAINTENANCE SUPPORT

Due: 31 Mar, 2025 (in 11 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 423210Furniture Merchant Wholesalers
pscCode N071Installation of Equipment: Furniture