ISILON Node 9000i warranty agreement

Solicitation Number: F1MTCC8263A003
Agency: Department of the Air Force
Office: Air Mobility Command
Location: 437th CONS
  • Print
:
F1MTCC8263A003
:
Special Notice
:
Added: Sep 20, 2008 11:01 am

NOTICE OF INTENT TO AWARD SOLE SOURCE

THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c) (1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.

The Reference Number is F1MTCC8263A003. The 437th Contracting Squadron, 101 E. Hill Blvd., Charleston AFB SC, requires a 3 year warrenty for support of the ISILON system at the 1st Combat Camera Squadron.


The 437th Contracting Squadron intends to make an award to Isilon Systems Inc. 3101 WESTERN AVE SEATTLE, WA 98121-3017. Market research was performed and information gathered in determining this company to be the only source for this requirement.


Per FAR Part 5.207-13(e) Fed Biz Ops Numbered Note 22 applies and is modified to read: The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability to response to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the appointed due date will be considered by the Government. A determination by the Government not to compete with this proposal based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.


The justification for the sole source requirements as follows:


ISILON Systems is the manufacturer of the nodes 9000i series: 07320060S, 07320058S, 07320021S; and (2) flex switches serials: FLM013725, FLM10212. If the equipment was to breakdown and they were not at our disposal, it would adversely affect the misson. Award shall be made in the aggregate all or none.


The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.203-3 Gratuities. FAR52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Alt I. FAR 52.204-4 Printed Copied Double-Sided or Recycled paper. FAR 52.204-7 Central contractor Registration. FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35Equal Opportunity for Disabled Veterans. Veterans of the Vietnam Era, or Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-. FAR52.222-50 Combating Trafficking in Persons. FAR 52.222-.33 payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.253-1 Computer Generated Forms. FAR 52.233-4 Applicable law for Breach of Contracts. FAR 52.242-13 Bankruptcy. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 Disclosure of Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. DFARS 252.225-7001 Buy American Act or Balance of Payments Program. DFARS 252.225-7002 Qualifying country sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports. DFARS 252.243-7002 Request for Equitable Adjustments, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III.


FAR 52.219-28 Post Award small business Program Representation. FAR 52.252-2 Clauses Incorporated by reference. With the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of use of Class Ozone Depleting Substances. AFFARS 5352.201-9101 Ombudsman.


Clauses may e accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gove, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Onl8ine Representations and Certifications Application (ORCA) at http://orca.bpn.gov.


Response to this notice must be received via email, fax, mail, or delivery by 24 September 2008 no later than 12:00 PM Eastern Standard Time. Requests should be marked with Reference Number F1MTCC8263A003.


Address questions to SrA Jonathan T. Bell, Contract Specialist, at (843) 963-5162, fax (843) 963-5183, email: Jonathan.Bell-02@charleston.af.mil or Jacqueline Brown Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil.


For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.


:
101 E. Hill Blvd
Charleston AFB, South Carolina 29404-5021
United States
:
Charleston AFB
Charleston AFB, South Carolina 29404
United States
:
Jonathan T. Bell,
Contracting Specialist
Phone: 8439635162
Fax: 8439635183
:
Jacqueline Brown,
Contract Specialist
Phone: (843) 963-5166
Fax: (843) 963-2850