Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2009 FBO #2799
SOLICITATION NOTICE

70 -- Forensic Workstations

Notice Date
7/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
OS11786
 
Archive Date
8/1/2009
 
Point of Contact
Camille M. Timmerman, Phone: 3014436851
 
E-Mail Address
camille.timmerman@psc.hhs.gov
(camille.timmerman@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 in conjunction with FAR Subpart 13.5, 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. The solicitation number is OS11786 and it is issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This RFQ is a total small business set-aside and the associated NAICS code is 334111 and small business size standard is 1000 employees. The contract line items are as follows: CLIN 01---------- Quantity Twenty-three (23) - SiForce One V3 Forensic Workstations (BRAND NAME OR EQUIVALENT) Salient Characteristics: 1. Local Storage Capacity – The local RAID storage capacity required is five Terabytes (TB), with the additional capacity to expand to ten TB in the future. 2. Local Storage Speed – In the case of large data sets such as the required 5-10TB, the local storage must be a Redundant Array of Individual Disks (RAID) controller. The desired configuration for the RAID card is the Adaptec 5-series (Performance) product line (or equivalent). The configuration must contain a battery for the RAID card to ensure optimum performance without the chance of data loss. 3. Portable Storage Security – To maintain compatibility with existing processes and equipment, the forensic workstation must provide a removable drive bay based on the Addonics 256-bit Diamond Cipher drive encryption family (or equivalent). 4. Processor Power – Intel Core i7 (or equivalent) 5. Warranty – 4 year warranty covering hardware parts, labor and support of the product Configuration Requirements (ALL BRAND NAME OR EQUIVALENT): 11 Bay Tower Chassis Intel Core i7 940 Adaptec 51245 16 Channel SATAII RAID Controller with Battery backup 5TB (5 x 1TB in Hot Swap bays) WD1002FBYS RAID SATA HD Dual onboard Gigabit Ethernet ports FireWire 800/400/USB2.0/eSATA 12GB DDR3 Memory (must be upgradeable to 24GB) GeForce 9500GT 512MB PCIE Dual DVI 1 X Forensic BlueBlocker – Write Blocker 1 X Diamond Ciper Enclosure/Cradle W/256bit encryption 2 X VelociRaptor 150GB 10K RPM SATA II/300 Hard Dive OS in Trayless bay (RAID 0) Dual layer 20X DVD+RW External 1.44 Floppy Drive USB 2 X Viewsonic 22” LCD Monitors 4 Year Warranty All items are to be delivered FOB destination no later then 30 days after award to 330 Independence Ave, SW, Cohen Building, Floor 5 Room 5440, Washington, DC, 20201. The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible lowest priced offeror that meets all of the technical requirements. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUN 2009), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), (8) 52.219-6, Notice of Total Small Business Set-Aside (June 2003), (10) 52.219-8, Utilization of Small Business Concerns (May 2004), (19) 52.222-3, Convict Labor (June 2003), (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (22) 52.222-26, Equal Opportunity (Mar 2007), (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007), (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Offers are due on Friday, July 31, 2009 @ 4:00 pm. EST electronically to the Contract Specialist. Please contact Camille Timmerman, Contract Specialist, 301-443-6851, Camille.Timmerman@psc.hhs.gov, regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/OS11786/listing.html)
 
Place of Performance
Address: Department of Health and Human Services/Office of Inspector General, 330 Independence Ave. SW, Cohen Building, Floor 5 Room 5440, Washington, District of Columbia, 20201, United States
Zip Code: 20201
 
Record
SN01887193-W 20090726/090725000937-b9d7d8cdb35800c3676714b9f25a91a2 (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.