Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

70 -- SGI Rendering Management Solution System

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Information Services (ACI), Attn: ACI Mail Stop D-88 4600 Sangamore Road, Bethesda, MD, 20816-5003, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NPK8G67080AS01
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
This is a combined synopsis/solicitation for brand name 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. National Geospatial-Intelligence Agency (NGA) intends to solicit and award a firm-fixed price purchase order under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 423430. This acquisition is a total Small Disadvantage Business set-aside. The solicitation is issued under reference number NPK8G67080AS01. The requirement is for one (1) SGI Rendering Management Solution System with the following configuration: (1) 1 Altix XE Cluster (2) 1 LSX-SYS-1200-Z Altix XE1200 Cluster Sys (3) 1 LSC-1200-NB-Z Non-blocking Altix XE1200 Cluster Config (4) 2 X-F44-OPT-20M-Z 20 meter optical 2/4Git Fibre Channel cable w/ LC connectors (5) 4 CBL-GBE-RJ45-06FT-Z Gigabit Ethernet Cat5E RJ45 Cable- 6ft (6) 1 LSX-CLUSTER NT-Z Factory integrated Altix XE cluster (price /cluster) (7) 1 GBE-STK24-Z Stacking 24-port Gigabit Ethernet Switch (8) 1 1UCONSOLE-Z 1U slide out console w/monitor, keyboard, and mouse (9) 1 LSX-PDU-220-Z Power Distribution Unit for US,CANADA, JAPAN, KOREA, TAIWAN (10) 1 LSX-SHORTRA-CK-Z 20U Rack for Altix XE Systems (11) 1 LSX-BASE-240-X-H-C-MS Altix XE 240 base head node 2U chassis w/ 2 PCIe and 3 PCI-X and Microsoft Windows CCS 2003 (12) 1 LSX-DVD-INT-Z Internal DVD for Altix XE 1U &2U systems (13) 1 LSX-RPS-750W-Z Redundant Power Supply for 2U chassis (14) 2 PCIX-SCSI-U4-2P-Z Dual port u320 SCSI LVD (PCI-X,full height) (15) 1 PCIX-GENET-O-R-2P-Z Dual port optical GbE card (PCI- X) Low Profile (ETH-5) (16) 2 LSX-CPU-5355 2.66GHz Quad-core Xeon Processor (17) 4 LSX-MEM-FB-4-G-Z 4GB Fully Buffered DDR2 667MHz Memory Set (2x2GB) (18) 2 LSX-SASDRV-7-3G-Z 73GB 15K RPM SAS HDD for Altix XE (19) 1 LSX-RAILKIT-Z Rack Rails for Altix XE 1U & 2U Chassis (20) 3 LSX-BASE-210-S-C-MS Altix XE 210 compute node supporting SAS drives (1U chassis & motherboard) w/ Microsoft Windows CCS 2 (21) 6 LSX-CPU-5355 2.66GHz Quad-Core Xeon Processor (22) 12 LSX-MEM-FB-4-G-Z 4GB Fully Buffered DDR2 667MHz Memory Set (2x2GB) (23) 6 LSX-SASDRV-7-3G-Z 73GB 15K RPM SAS HDD for Altix XE (24) 3 LSX Railkit-Z Rack Rails for Altix XE 1U & 2U Chassis (25) 1 SC6-MS-CCS-M-EDIA Media for Microsoft Windows Compute Cluster Server 2003 (1-4 CPUs) (26) 1 M4-SVCWRNT-1.2 Global Services in-box docs (27) 1 MAS-HWINST-LOW One-time initial system hdwr or upgrade installation for one low- end system (28) 1 MO5-CD CD-ROM Update Media requirement- For support Only (29) Support, Full Coverage 3year extended warranty (30) 4 Qube SW 3yr server license w/support (31) 4 PF-VIS-MAINT-3P Third Party Maintenance Support (32) 4 PF-VIS-PROD-3P 1 Server License of Qube SW (33) 1 Altix XE Cluster (34) 1 CR-AlTIXXE-PM Render Management Solution Credit Delivery Location: National Geospatial-Intelligence Agency, Washington Navy Yard, Washington, DC. Total proposed cost shall include all shipping and handling with a breakout of unit price and total cost. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions are as follows. The provision at 52.212-1, Instruction to Offeror, Commercial Items applies to this acquisition. Award will be made on an all-or-none basis with only one award made to the lowest price offeror who meets the requirement for all line items delivery 30 days ARO. Offerors are required to submit a complete copy of FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders, Commercial Items, applies to this acquisition, with the following clauses: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; 52.225-13, Restriction on Certain Foreign Purchases; 52.239-1, Privacy or Security Safeguards. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to the acquisition with the following clauses: 252.225-7001, Buy American Act and Balance of Program, and 252.225-7004, Preference for Domestic Specialty Metals; 252.232.7003, Electronic Submission of Payment Requests. In accordance with FAR 12.603(a)(3)(ii), Offers are due to following email address no later than 10 August 2007, 10:00 a.m. Eastern Time. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responsible sources may submit a response to Aundra Rhone-Jones, via email aundra.m.rhonejones@nga.mil or by fax (301) 227-1467. No telephone responses will be accepted. Maile L. Parker, Contracting Officer.
 
Place of Performance
Address: National Geospatial Intelligence Agency, 4600 Sangamore Road, Bethesda, MD
Zip Code: 20816
Country: UNITED STATES
 
Record
SN01353877-W 20070728/070726222945 (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.