Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2009 FBO #2864
SOLICITATION NOTICE

70 -- COMPUTER CONFIGURATION & OTHER ADPE

Notice Date
9/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W910QZ9166N092
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
Yvonne Parson, 7034284595
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(yvonne.t.parson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W910QZ9166N092 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1000 employees. This requirement is a [Small Business] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-28 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Belvoir, VA 22060 The USA INSCOM Fort Belvoir requires the following items, Brand Name or Equal, to the following: 001, Forensic Field Kit w/3400 - Digital Intelligence Ultrakit + UltraBlock USB. Must have minimal auto-switching power of 100-240v. P/N: W3400 14 EA 002, Dell PowerEdge 1950 III; Quad Core Intel X5460, 2x6MB Cache, 3.16 GHz, 1333 MHz FSB, Quad Core Intel Xeon X5460 2x6MB Cache, 3.16GHz, 1333 Mhz FSB, No operating system, Memory 8GB 667MHz (2x4GB), Dual Ranked DIMMs, Riser with 2 PCIe Slots, Rack Chassis w/Sliding Rapid/Versa Rails and Cable Management Arm, Universal, Energy Smart Redundant Power Supply with Y-Cord, Integrated SAS/SATA RAID 1, PERC 6/i Integrated/SAS6/iR, 1x2 Backplane for 3.5 inch Hard Drives, PERC6i SAS RAID Controller, 2x4 Connectors, Int, PCIe, 256 MB Cache, 1TB 7.2K RPM Universal SATA 3Gbps 3.5-in HotPlug Hard Drive, 2nd Controller and HBAs, PERC6E SAS RAID Controller, 2x4 Connectors, External, PCIe 512 MB Cache, Network Adapter - Dual Embedded Broadcom NetXtreme II 5708 Gigabit Ethernet NIC, LOM NICs are TOE ready, Dell Remote Access Card, 5th Generation for PowerEdge Remote Management, Electronic Documentation and OpenManage DVD Kit, Rack Bezel, 24X IDE CD-RW/DVD ROM Drive for PowerEdge Servers, All OS, Keyboard and Optical Mouse, USB, Black, English, PERC6/i English Documentation, Power Cord, NEMA 5-15P to C14, 15 amp, wall plug, 10 feet / 3 meter, 3 Year ProSupport for IT 4HR 7x24 Onsite: Non Mission Critical, Warranty, 3 Year GOLD Support w/Federal Keep Your Hard Drive - 3 Years. Warranty: Platinum Support. 6 EA 003, Dell PowerVault MD1000; for DL2000 External Storage Array DL2000G [224-3592]; 1st Hard Drive MultiSelect Option MSOHDD [465-5674]; Enclosure Management Module Two Enclosure Management Modules, PowerVault; MD1000, SAS/SATA 2EMM [420-6220]; 2nd Hard Drive Hard Drive MultiSelect Option MSOHDD (465-5674); Server RAID Controller I already have a PERC card or MD3xxx (Required to operate MD1000) [341-3154]; Rack Rails Rapid Rails for Dell, or Square Hole Racks, MDxx00 RPDRAIL [310-7080]; Hardware Support Services 3 year ProSupport for IT 4HR 7X24 Onsite: Non Mission Critical [985-7589][985-7617]([87-9062][987-9262][988-3080]([989-3439]; Installation Services PowerVault Installation Declined [900-9997]; Hard Drives and Filler Panels (15) 1TB 7.2k RPM Near-Line SAS 3Gbps 3.5-in HotPlug Hard Drive 1TBA72 [341-7399][341-7399][341-7399][341-7399][341-7399][341-7399][341-7399][341-7399][341-7399]][341-7399][341-7399][341-7399]][341-7399][341-7399][341-7399];Cables: SAS Cable, 1 meter, connects MD1000 to PERC or another MD1000[310-7082];Federal Keep Your Hard Drive, 5 years KYHD5Y [950-5744]. Warranty: Platinum Support. 8 EA 004, Dell p/n: CP464 - 1TB 7.2K RPM Near-Line SAS 3Gbps 3.5-in HotPlug Hard Drive. Replacement drives for two Dell PowerVault MD1000 units. 30 EA 005, Dell Precision M6400 Covet Laptop - Intel Core 2 Duo T9400, 2.53GHz, 1067MHZ, 6M L2 Cache, Dual Core [224-3155];OS: Genuine Windows Vista Ultimate 64-Bit SP1 w/media [420-8782]; Memory: 8.0GB, DDR3-1066 SDRAM, 2 DIMMs [311-9452]; Keyboard: Internal Backlit English Keyboard for Mobile Precision (330-1652)(330-1844);Keyboard Documentation (English) Latitude E-Family/Mobile Precision (330-1652)Graphics: NVIDIA Quadro FX 1.0GB Discrete (320-7518); Hard Drive: 320GB Free Fall Sensor Hard Drive 9.5MM, 7200RPM (340-7070), Fingerprint Reader Options: No Fingerprint Reader for Mobile Precision M6400 (311-9456);TBU: 210W 3 Pin, AC Adapter for Mobile Precision (330-1837);TBU: US - 6 FT, 3-Pin Flat Power Cord for Mobile Precision (330-1838); CD-ROM or DVD-ROM Drive: 8X DVD+/-RW slot load for Mobile Precision (313-7042) CD-ROM or DVD-ROM Drive: Cyberlink Power DVD 8.0 (420-8010)(420-8667);Camera/Microphone: Integrated 2.0 MP webcam w/dual array microphone (313-7044); Wireless LAN (802.11) Dell Wireless 1397 802.1 b/g Mini Card (430-3085); Secondary Hard Drive: 320GB Hard Drive, 7200RPM w/Free Fall Sensor (341-7892); EMedia Bay Optical Devices: E-Module plus 8xDVD+/-RW w/Roxio and Cyberlink Power DVD, no media (313-6461)(420-8009)(420-8885)(430-3099);System Documentation: Resource DVD contains Diagnostics and Drivers (330-1835); RAID Configuration: All Hard Drives, RAID 0, 2 drive total configuration (341-7877); Battery: 9 Cell battery (312-0828); HW Support Services: 3 Year Basic Limited Warranty & 3 Year NBD Onsite service (990-2310)(990-5902)(991-7517)(991-9778); Installation : No Onsite system setup (900-9987); Federal KYHD: Federal KYHD, 3 Yr (983-8342); Misc Cables: Display Port to DVI adapter for E-Family (330-0892); Additional Power Option: Additional 9 Cell Battery (312-0839); Accessories: Dell USB 2-Button Black Mouse (310-9602); Processor Branding: Intel Core 2 Duo Processor (310-8319); OS Labels: Vista Premium Label (310-8758). Warranty - Platinum Support. 2 EA 006, Panasonic Toughbook 30; 4GB memory (max); 120GB HD (minimum); Video Card w/maxium memory; ToughMate Com Universal Carrying Case (large capacity); Warranty: Platinum Support to include 3 Year Silver support w/Federal Keep Your Hard Drive. 2 EA 007, Pelican 1620 Case with Foam. p/n: 1620. 3 EA 008, Pelican 1609 Lid Organizer. p/n: 1609. 8 EA 009, Pelican 1625 Divider Set. p/n: 1625. 8 EA 010, Western Digital My Book Studio Edition II Hard Drive. 2TB Model: WDH2Q20000. 2TB minimum storage, RAID1 & RAID0, eSATA, USB2, FireWire 800 connections, auto switching power 100-240v minimum. 16 EA 011, 500GB SATA, 7200rpm minimum, 16mb cache minimum, SATA II compliant. 40 EA 012, 500GB PATA drives. 7200RPM, 16MB cache minimum. 65 EA 013, NetGear Prosafe 5-Port Gigibit Switch: p/n: GS105, ports on front of switch, 10/100/1000 capable, 5-8 ports, auto switching power of 100-240v minimum. 6 EA 014, FireWire 800 Express Card. p/n: F5U514. Two FireWire 800 ports with 1394b connectors minimum, No FireWire 400 ports, supported on Windows XP; Visa platforms, supported on MAC OS X10, usuable in both 34mm and 54mm ExpressCard bus slots. 27 EA 015, eSATA II ExpressCard. p/n: SC-SAE612-S1. SATA II Specifications, two eSATA ports minimum, usable in 54mm ExpressCard bus slot, 34mm optional, must support RAID0 & RAID1, supported on Windows XP; Vista platforms. 25 EA 016, FireWire 800 32/64 bit PCI-X Card. p/n: NN-83M012-S2. 32 bit/64 bit compliant, PCI-X compatible, draw power from PCI-X connector, three 1394b conectors (FireWire 800) minimum, No FireWire 400 connectors, work with 3.3v or 5.5v PCI slot. 5 EA 017, LCD Widescreen Monitor. Must pivot to allow potrait or landscape usage, support 1920 x 1200 resolution, must have one DVI port and one VGA port. 24 EA 018, 16GB Flash Drive. Must have write protect switch, must be supported on XP, Vista and Mac 10+. 12 EA 019, 128MB Flash Drive. Must have write protect switch, maximum size 128MB. 21 EA 020, SATA II eSATA External Shielded Cable. SATA II eSATA External Shielded Cable Type I to I eSATA to eSATA. Must be 6' length, Must be SATA II compliant. 50 EA 021, FireWire 800 9-pin Cables. FireWire 800 9-pin Cables w/1394b connectors. 6 feet minimum length, must have 1394b 9-pin connectors on both ends. 74 EA 022, Belden CAT5e, Non-Plenum Cable. p/n: 1583A 012 (PINK). Must be pink and ordered in 1000' rolls. 1 EA 023, Dedicated Forensic Write-Blocker. Must NOT have Read/Write ability, Must have: FireWire 800 ports, FireWire 400 ports, eSATA ports, USB 2.0 ports, physical on/off switch, auto switching power of 110-240v. Must be able to forensically image both SATA and IDE Hard Drives. Must be able to work with interface boards for other media types. 15 EA 024, Dedicated Forensic Read/Write Device. Must have: FireWire 800 ports, FireWire 400 ports, eSATA ports, USB 2.0 ports, physical on/off switch, only Read/Write ability. Must be able to work with interface boards for other media types. Must be able to forensically image both SATA and IDE Hard Drives. 16 EA 025, Adapter for Forensically Imaging. Must provide: Read only, Read Write. Must be compatible with Forensic Field Kit items and Hitachi adapter (ADAv4-18-HIT-ZIF) or Wiebetech 1.8. (Clins 23 & 24). 13 EA 026, Adapter for Forensically Imaging. Must provide Read Only and Read Write. Must be compatible with Forensic Field Kit items and Toshiba adapter (ADAv4-18-TOSH-ZIF) or Wiebetech 1.8. (Clins 23 & 24). 13 EA For this solicitation, USA INSCOM Fort Belvoir intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA INSCOM Fort Belvoir is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Equipment Condition: New Equipment ONLY; NO remanufactured or gray market items. All items must be covered by the manufacturer's warranty. Offer Period: Bid MUST be good for 30 calendar days after close of Buy. Shipping Condition: Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. CCR Requirement: Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery Requirement: The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. Commercial Items Terms and Conditions: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Additional Info: www.fedbid.com (b-160934_04)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W910QZ9166N092/listing.html)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
 
Record
SN01971410-W 20090927/090926002551-75ef43a5becc2eda1fdb6a961ed6ef8b (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.