Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2007 FBO #2057
SOLICITATION NOTICE

70 -- Fusion Voice Server software with licenses and equipment, includes 17 items. Reserved 100 percent small business.

Notice Date
7/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 7410 Apennines Drive, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-07-T-0047
 
Response Due
7/20/2007
 
Archive Date
9/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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 ar e being requested and a written solicitation will not be issued. We have a requirement for Fusion Voice Server software with licenses and equipment; includes 17 items. There are 17 Line Item Numbers. CLIN 0001 is for one (1) each Fusion Voice Server Sof tware. Described as Fusion Voice Server Software (FVS). CLIN 0002 is for four (4) each Fusion Voice Port Software License. Described as Fusion Voice Port Software (FVPLIC), with routines manager, report search, incomplete report, report timeout, change report, change account. CLIN 0003 is for two (2) each PCI Port Boards. Described as PCI Port Board, 4 Ports, Analog (FVP4). CLIN 0004 is for one (1) each Fusion Voice Manager License. Described as Fusion Voice Manager License (FVM). CLIN 0005 is for e ight (8) each Fusion Player CAL. Described as Fusion Player CAL (FVPLAY). CLIN 0006 is for eight (8) each USB Kits. Described as USB kit. CLIN 0007 is for six (6) each Dictate Stations. Described as Dictate Station DAC110RS. CLIN 0008 is for two (2) each Hands Free Dictate Stations. Described as Dictate Station DAC113F, W/ GN-112, gooseneck microphone. CLIN 009 is for one (1) each Fusion Text Enterprise License. Described as Fusion Text Enterprise License with auto archive, report search, standard management reports, production management reports, payroll module, routine manager, incentive module, output manager, real-time printing, (1) account, (5)DOCVIEW licenses, (1) day management training, add report formats. CLIN 0010 is for one (1) each Fusi on Text HL7 Download Interface. Described as Fusion Text HL7 Download Interface with routines manager, report search, incomplete report, report timeout, change report, change account. CLIN 0011 is for thirteen (13) each Report Format License and Design S etup. Described as Report Format License and Design Setup with configuration & design of report form. CLIN 0012 is for one (1) each Incentive Program Setup. Described as Incentive Program Setup with Incentive Program Configuration 1, 2, or 3 tier. CLIN 0013 is for thirty (30) each Routine Setup. Described as a Routine Setup, set up customers routine manager. CLIN 0014 is for one (1) each Implementation Services. Described as Implementation Service, with install and test $5,000.00 / software module an d management training $1,500.00 / user training  per day 3 x $1,600.00 for total of $4,800.00. CLIN 0015 is for one (1) each Fusion Ext Hardware Machine One. Described as a Cybertron Custom Configured System with one (1) quantity each of the following, unless otherwise noted: 1.) PRC-INT-X3082T Intel Xeon 3.00 GHz 2MB S604 800 OEM. 2.) FAN-GEN-XNACONA Xeon Heatsink and Fan 800 FSB. 3) MBD-INT-7320 EP2 Intel SE 7320EP2DG XEON 800 V 2GL. 4) MEM-GEN-1G4CCR 1024MB PC3200 DDR Memory 400 MHz ECC REG 2 each Total 2GB. 5) HDR-WDG160YS Western Digital 160 GB SATAII 16MB/RAID 2 Each. 6) Ad-RAID1 Raid 1 Array Configuration (Mirroring). 7) CDR-LIT-52XCDB Liteon 52x CD ROM Drive Black 1 each. 8) FLD-ALPS-144MBB ALPS 1.44MB Floppy Disk Drive Black. 9 ) AD-VID-NOUPGRD Onboard Video. 10) AD-NET4 10/100/1000 Gigabit Network Onboard. 11) SFT-MSO-2003R2 MS Windows 2003 R2 Server with 5 Users. 12) SFT-SYM-PCAWHOS PC Anywhere Host Only VER 12. 13) SFT-MSO-OF03BSC Microsoft Office 2003 Basic. 14) BAK- IOM-Revide Iomega REV 35/90 GIG REV IDE. 15) CAS-SPM 743TR76 Supermicro 4U-Rackmount R760W Black. 16) SUP-CHN-BRKTN2 CHENBRO Nacona Bracket for 2U. 17) SFT-MSO-SQL05OP MS SQL 2005 Server Standard Open License. 18) SFT-MSO-SQLUSER MS SQL 2005 Standard C lient Access min 5 cals. 19) SFT-MSO-SQLMD05 MS SQL 2005 Server Standard Media Kit. 20) CAS-SPM-PT26B Supermicro CSE-PT26 Rails Kit for 4U BLK: Mfr. Part # 3 2944, Maximum Native Transfer Rate: 25 MB/Sec., Average Native Transfer Rate: 20MB/Sec., Formatted Capacity: 35GB (Native)/90 GB (Compressed), Average File Access Time: 13ms. 21) SFT-CA-BSTROPFL Comp. Asso. Brightstor Open File agent DH# babwbr1150s09 tc. 22) SFT-CA-BSTRSQL Comp. Asso. Brightstor SQL agent DH# babwbr1150s17tc. 23) SFT-CA-BSTRBK Computer Associates Brightsor backup # babwbr1150s00tc. 24) Word/Excel/Outlook. 25) 1 Year Warranty on Labor & Parts. CLIN 0016 is for one (1) each Fusion Ext Hardware Machine Two. Described as a Cybertron Custom Configured System with one (1) quantity each of the following, unless otherwise noted: 1.) PRC-INT-X3082T Intel Xeon 3.00 GHz 2MB S604 800 OEM. 2.) FAN-GEN-XNACONA Xeon Heatsink and Fan 800 FSB. 3) MBD-INT-7320 EP2 Intel SE 7320EP2DG XEON 800 V 2GL. 4) MEM-GEN-1G4CCR 1024MB PC3200 DDR Memory 400 MHz ECC REG 2 each Total 2GB. 5) HDR-WDG160YS Western Digital 160 GB SATAII 16MB/RAID 2 Each. 6) CDR-LIT-52XCDB Liteon 52x CD ROM Drive Black 1 each . 7) FLD-ALPS-144MBB ALPS 1.44MB Floppy Disk Drive Black. 8) AD-VID-NOUPGRD Onboard Video. 9) AD-NET4 10/100/1000 Gigabit Network Onboard. 10) SFT-MSO-2003R2 MS Windows 2003 R2 Server with 5 Users. 11) SFT-SYM-PCAWHOS PC Anywhere Host Only VER 12. 12) SFT-MSO-OF03BSC Microsoft Office 2003 Basic Word/Excel/Outlook. 13) BAK-IOM-Revide Iomega REV 35/90 GIG REV IDE. 14) CAS-SPM 743TR76 Supermicro 4U-Rackmount R760W Black. 15) SUP-CHN-BRKTN2 CHENBRO Nacona Bracket for 2U. 16) SFT-MSO-SQLUSER MS SQL 2005 Standard Client Access min 5 cals. 17) CAS-SPM-PT26B Supermicro CSE-PT26 Rails Kit for 4U BLK: Mfr. Part # 32944, Maximum Native Transfer Rate: 25 MB/Sec., Average Native Transfer Rate: 20MB/Sec., Formatted Capacity: 35GB (Native)/90 GB (Comp ressed), Average File Access Time: 13ms. 18) 1 Year Warranty on Labor & Parts. CLIN 0017 is for one (1) each Dictation Server. Described as Dictation Server with cybertron custom configured system, including: 1.) FVRISR 4U rackmount 2.) PRC-INT-PD930 Intel Pentium D 930 3.0GHZ 2X2M Dualcore 3.) MBD-INT-945GNTK Intel 945GNTLKR DDR2 A V GL R ATX 4.) MEM-KNG-1G2K533 Kingston 1GB DDR2 PC4200 2 EA Total 2GB 5.) HDR-SAM-SM160JJ Samsung 160GB SATA300 7200 RPM 8 MB 2 EA. 6.) AD-R AID1 RAID 1 Array Configuration (mirroring) 7.) CDR-LIT-52XCDB LITEON 52X CD ROM Drive Black 8.) FLD-ALPS-144MBB ALPS 1.44 MB Floppy Drive Black 9.) AD-SOUND2 Onboard Sound 10.) AD-VID-NOUPGRD Onboard Video 11.) AD-NET2 Onboard 10/100 N etwork 12.) SFT-SYM-PCAWHOS PC Anywhere Host Only VER 11.5 13.) CAS-SPM-742B Supermicro 4U Rackmount 420W Black 14.) CAS-SPM-PT2B Supermicro CSE-PT26 Rails Kit for 4U BLK 15.) MOD-CMX-USBEXT CONEXANT 56K Modem V.92 USB External 16.) MS SQL 5 USER 17.) 1 Year Warranty on Labor and Parts. The Government contemplates award of a single contract resulting from this solicitation. Your price shall be FOB destination. Contract will be FFP. The Equipment to be delivered on 30 September 2 007 to FORT RILEY, KANSAS 66442. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 effective on June 30, 2007. This requirement is set-aside 100% for small business. The ap plicable NAICS code is 423430 with a size standard of 100 employees. Inspection and acceptance shall be at destination. We prefer to make payment by Direct Deposit or other Electronic means. You must be registered in the CCR (Central Contractor Registra tion: http:///www.ccr.gov/) and in ORCA (Online Representation and Certifications Application: https://orca.bpn.gov/). Award shall be made to the best value; technical, warranty, past performance, and price quote. From the Federal Acquisition Regulatio n (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.211-6, 52.212-3 Alt 1, FAR 52.212-4, FAR 52.212-5 (52.219-8, 52.219-1 4, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.25-13, 52.232-33), 52.216-27, and DFAR 252.212-7001, DFAR 252.225-7001, DFAR 252.232-7003, DFAR 252.243-7002, DFAR 252.247-7023 ALT III, DFAR 252.204-7004, AFAR 5152.233-9000 . Full text of these clauses may be found at http://farsite.hill.af.mil/cffara.htm of http://www.acqnet.gov/far/index.html. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at http://fa rsite.hill.af.mil/VFDFARA.HTM. The entire Combined Solicitation/Synopsis can be viewed at the Fort Riley Contracting website: http://www.riley.army.mil/Services/Fort/Contracting.asp. Note included is Note 1. Your Quote and commercial literature shall b e submitted electronically to ryan.j.butler@us.army.mil no later than 10:00 AM CST on 20 July 2007.
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Drive Fort Riley KS
Zip Code: 66442
Country: US
 
Record
SN01342029-W 20070715/070713221352 (fbodaily.com)
 
Source
FedBizOpps 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.