SOLICITATION NOTICE
D -- Purchase of LINK 11 Workstations
- Notice Date
- 7/22/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-08-Q-SCCS035
- Archive Date
- 8/14/2008
- Point of Contact
- James A Lassiter,, Phone: (757)686-2149, Carrie J. Houck,,
- E-Mail Address
-
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- This is a Combined Synopsis/Solicitation for commercial items/services 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 and no other solicitation document will be issued. Request For Quote (RFQ) number HSCG44-08-Q-SCCS035 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The US Coast Guard Command and Control Engineering Center (C2CEN) intends to award a Firm Fixed Price (FFP) purchase order using Simplified Acquisition Procedures for the purchase of 12 each of the LINK 11 Workstation Computers, these computers are to be composed of 12 each of the System Components as described below in document entitled Attachment-1 LINK 11 Workstation Equipment Specification. All Items are to be New, Used items are not acceptable. This IS NOT A SMALL BUSINESS SET-ASIDE. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 334119 and the small business size standard in employees is 1000. All Items are to be delivered to US Coast Guard C2CEN, 4000 Coast Guard Blvd. Portsmouth VA. 23703-2135. FOB Destination offers are strongly desired. FOB Origin offers must include shipping charges to be considered responsive. Inspection and acceptance of all Units shall be performed by the USCG C2CEN COTR/Technical Representatives. Required delivery date for all Items is 20 Days ARO (After Receipt of Order). Packaging and marking: shall be in accordance with ASTM D3951-98 approved Nov. 10, 1998, Commercial Packaging, Shipping and Storage Procedures. Each container shall have a copy of the packing slip attached indicating the, Part number, Purchase Order Number, and Serial Number. Packaging Material may consist of popcorn, shredded paper, Styrofoam or any other type of material that will provide a high level of protection to these Electronic Units. All responsible sources may submit an offer which shall be considered by the agency. Anticipated award date is July/31/2008. This date is approximate and not exact. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2008) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions –Commercial Items (FEB 2007) with the following addendas: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated. FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Oct 2003). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer – CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (MAY 2008), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.222-50 Combat Trafficking in Persons(AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). Quotes may be submitted on company letterhead stationary and must include the following information: Cost breakdown Unit Price, Extended Price, Estimated Completion time frame, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is July/30/2008 @8:00 AM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to Primary POC JamesA.Lassiter, Contract Specialist, James.A.Lassiter@uscg.mil (757) 686-2149 for questions regarding this solicitation. Secondary POC Carrie F. Houck Carrie.F.Houck@uscg.mil (757) 686-4215 *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by July/30/2008 @ 8:00AM EST. Firm Fixed Prices- these contract Unit cost are not to be modified/increased. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Attachment-1 LINK 11 Workstation Equipment Specifications: The USCG LINK 11 Workstation is a Microsoft Windows Operating System based personal computer that will be installed aboard the US Coast Guard 378 ft High Endurance Class Cutters as part of the WHEC 378 Link 11 Replacement Project. The machine will be mounted in the Shipboard Command & Control System (SCCS) operator console in the Combat Information Center space aboard all 378ft Cutters. The mounting location will accommodate a standard 19in wide, 2 Rack Unit (RU) height equipment enclosure; with a chassis depth limitation of 22 inches to allow for cabling. The proof of concept system design and development is based on the Remote Control Unit (RCU) windows processor for the AN/USQ-125 Data Terminal Set. The RCU is provided by SPAWAR for the AN/USQ-125 upgrade portion of the WHEC 378 LINK 11 Replacement Project. The resulting Link 11 workstation machine configuration standardized image has been tested and approved for installation on the SCCS Classified LAN. The Link 11 workstation shall utilize the same major components as the AN/USQ-125 RCU to provide standardization of the windows machines within the Link 11 equipment set. The standardization simplifies logistics support and system wide hardware upgrades. Any changes in Link 11 workstation system components from the list provided will result in additional engineering development and testing work to create a new system configuration image for system loading and recovery by shipboard personnel. The supplier will provide completely assembled and functional computers loaded with the Window XP Professional Operate System, Service Pack 2. The term functional is defined as all the computer components operating as designed and the combined assembly operating as a complete computer. Warrantee period is required to be 1 year on all parts and labor. System Components: 1.2Rack Unit Height 19”wide Rack Mount Compact ATX Computer Case. Black color. Critical dimension are: 2U height of 3.5 inches or 88.90mm. Depth of chassis not to exceed 22” from front panel mounting tabs, Front of chassis to be flush with front panel mounting tabs. 12 each required. 2.Minimum 400W ATX Internal Power supply compatible with the dimensions of the selected computer case (Item 1). 12 each required. 3.Intel P4 ATX Mother Board, Model: DG965WH, with onboard Video/LAN/Audio. 12 each required. 4.Intel Celeron Processor, minimum requirements 2.66 Ghz, Socket 775 form factor. 12 each required. 5.2 GB DDR2-667 Memory. To be installed as 1 2GB Memory Module or 2 1GB memory modules in BANK 0. Bank 1 to remain open for future upgrades. 12 each required. 6.Western Digital Hard drive, minimum 80GB SATA 7.2K rpm, Hard Drive. 12 each required. 7.Front Panel removable SATA Hard Drive Enclosure with lock. Black Color. 12 each required. 8.DVD Combo Drive, Sony DVD Recorder Model ADW-Q170A or equivalent, Black color. 12 each required. 9.Windows XP Profession with Service Pack 2. To be provided with Installation Disks and License. 12 each required.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=399f1e141927ce9b0f41e8521c89a498&tab=core&_cview=1)
- Record
- SN01620324-W 20080724/080722224419-399f1e141927ce9b0f41e8521c89a498 (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 |