Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2005 FBO #1305
SOLICITATION NOTICE

70 -- NATO Procurement and Supplies Service Official Notification of Call for Bids Regarding the Procurement of Computer Workstations

Notice Date
6/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, Bureau of Industry & Security, Office of Strategic Industries and Economic Security, Defense Programs Division, Room 3876 1401 Constitution Avenue, NW, Washington, DC, 20230
 
ZIP Code
20230
 
Solicitation Number
CFB-2005-08
 
Response Due
7/22/2005
 
Archive Date
7/24/2005
 
Description
The NATO Procurement and Supplies Service has released an official notification of Call for Bids regarding the procurement of computer workstations. The organization plans to purchase 150 (initial order) computer workstations without screens up to a further 800 in the course of 2005, and a separate, lesser number of screens estimated at between 50 and 700 over the same period. The actual number of workstations to be procured will depend upon the final unit cost. The total delivery will be spread out over a period of approximately 12 months. SCOPE OF PROJECT The minimum technical specifications are detailed below: Mandatory specifications (workstations without screens): a. Midi Tower Case with 1 x 5.25 drive bay, 2 x PCI card slots, 1 x Serial, 1 x Parallel port and 2 x USB2 connections unused. b. CPU speed and type are not mandated but should be second highest clock speed generally available on the market. Bidders must confirm that CPUs supplied will incorporate Execute Disable Bit security feature (Intel) or Enhanced Virus Protection (AMD) 32-bit Intel Pentium 4 CPU or AMD Athlon XP CPU. c. 512 MB RAM with at least one other free slot, total memory expandable to at least 1 GB d. 12x DVD / 40x CD-ROM reader e. 40 GB 7200 rpm Ultra ATA-100 Hard Disk f. Integrated graphics controller and sound card g. 1.44 Mb 3.5 in. floppy disk drive h. 102 key keyboard (QWERTY (UK) and AZERTY (Belgium) models) with PS2 or USB connector i. 2-button optical wheel mouse with PS2 or USB connector Note: As the workstations will be connected to a remotely managed network using ALTIRIS software, the proven ability of the workstations to operate securely and efficiently within such an environment would be an advantage. Mandatory information to be supplied in electronic (soft) format with each delivery: a. Softcopy images of BIOS versions(s) with technical specifications and settings b. Copies of installed driver software c. Details of installed components (motherboard, devices, cards, etc.) d. Details of each system in EXCEL or CSV format, including Computer Serial Number, BIOS Version, MAC Address of On-Board NIC, Hard Disk Serial Number, and MAC Address of separate NIC (where installed) Security Options: a. CMOS boot password protected BIOS with the capability for management across a network using a remote workstation management utility b. Case lock (preferably BIOS-controlled) c. Removable hard disk cradle and carrier (priced as installed alternative to fixed disk or for separate purchase) d. USB keyboards with integrated Smart Card Reader. SC interface: ISO 7816 1/3, 5V microprocessor card support, 8 contacts certified for 100,000 insertions, EMV 3.11 compliant (priced both as alternative to standard keyboard or for separate purchase) Other Options for purchase in varying quantities from system boxes above: a. Installed Fiber-Optic Network Interface Card with 100 Mbps FX/SC connector (Allied Telesyn ATI - 2701FX/SC or similar) b. Screen, with the following minimum technical specifications: 17 in. TFT Flat Screen => 1024 x 768; Frequency => 70 Hz; Contrast > 450:1; Response Time < 18ms; and Luminosity > 250cd/m2 c. Additional RAM modules (indicate cost installed or separately supplied) d. Additional hard disk when purchased separately All the workstations supplied in each batch must be identical in their software and hardware (hard disk, memory, etc.) Bidders must guarantee a supply of compatible spare parts for a period of five years starting from the date of contract signature and undertake to include in all subcontracts for spares a provision obligating the supplier of such items to the same five years provisioning from contract signature. Bidders must offer 3 years minimum on-site warranty on both system boxes and screens, with the caveat that any replaced components containing permanent memory, such as hard disks, may not be removed from the site. Detailed conditions, including response times, must be provided. The workstations must be delivered with the Windows XP Professional operating system (English version). Preference will be given to workstations emitting lower noise levels and offering easy access for repair or replacement of major components. APPLICATION All options foreseen should be fully costed in the bids or indicated as unavailable. Prices must remain valid for the entirety of 2005. Bidders are required in preparing their proposals to provide a summary sheet including the following details: a. description of workstation b. any adjustment, where appropriate, required to replace a standard item with a costed option c. any other specific charges The supplier must propose guarantees for providing equal-or-better equipment at the same-or-lower price to reflect eventual price reductions and equipment evolution in the world market during the term of the contract. Unit price must include delivery cost. Documentation - Bidders are requested to provide, in two copies, full technical documentation of all the models offered. Electronic Emanations - All equipment selected under this procurement must satisfy NATO Headquarters policy on electronic emanations, the internal criteria of which will not be detailed. Tests - As part of the bid evaluation process, prospective suppliers may be required to submit samples of their equipment to NATO Headquarters for testing purposes. The evaluation of bids will be the responsibility of a team of in-house personnel (experts and users in different fields). Bidders must state their ability to arrange the demonstration mentioned above, their ability to meet the requirements defined below, and the manner in which they propose to do so. Bidders whose proposals have been short-listed will be required to supply Headquarters with at least one workstation for testing. The machines are to be fully assembled in the same hardware configuration as offered in the bid. Bidders will be given two weeks notice of their requirement to submit equipment for this purpose. Testing, which will include integration tests with the existing information systems network as well as performance and reliability tests, will be carried out by Headquarters staff only and will last a maximum of four weeks. Bidders should note that this process is not intended to replace the full formal testing that will precede system acceptance. Presentation of bids - Bidders shall submit their bids in duplicate in an envelope or a box bearing the firm name to which they shall affix the official mailing label (see General Contract Specifications). For your bid to be considered, it is essential that you return the completed Acceptance Document. It may be sent separately or attached to your bid. DEADLINE Bids, in two copies, must reach Headquarters no later than JULY 22, 2005 at 4:00 PM BRUSSELS TIME. For all further information, please contact Mr. van Schendel, Procurement Service. Telephone: +32-2-707-4202. BID SUBMISSION PROCEDURES Bidders, during the solicitation period, are invited to query and seek clarification of any contractual or administrative matters as well as those of a technical and engineering nature pertaining to this procurement. All questions for clarification must be requested in writing (including facsimile transmission) in two copies and forwarded to the attention of the Purchasing & Contracts Service so as to arrive not later than 3 (three) weeks prior to the Bid Closing Date, after which time no further questions will be considered. All Bidders shall be furnished identical clarification and information. Any question raised by a Bidder shall be published and disseminated with the Purchaser reply to all Bidders without identification as to the originator. Bidders are advised that information provided shall not modify the terms of this Call for Bids and shall neither be considered nor construed as a substitute for amending this Call for Bids. An electronic version (PDF file) of the General Contract Specifications is available to U.S. firms upon request from the U.S. Department of Commerce. To receive a copy, send an email to Lcarpent@bis.doc.gov or dnewsom@bis.doc.gov.
 
Place of Performance
Address: Brussels, Belgium
 
Record
SN00833313-W 20050623/050621211806 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.