SOLICITATION NOTICE
70 -- MMTT Computers
- Notice Date
- 7/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- N61339-10-T-0018
- Archive Date
- 7/17/2010
- Point of Contact
- Andrea L Gordon, Phone: (407) 380-4389, David Miller, Phone: 407-380-8502
- E-Mail Address
-
andrea.gordon@navy.mil, david.miller13@navy.mil
(andrea.gordon@navy.mil, david.miller13@navy.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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; request for quotes are being requested and a written solicitation will not be issued. This solicitation, reference number N61339-10-T-0018, incorporates the provisions and clauses in effect through FAC 2005-38 (correction). This brand name or equal procurement was formally advertised of GSA E-Buy's website. Pricing obtained from RFQ 474720 revealed open market pricing more advantageous to the Government. Therefore, the Government intends to make a single award to the eligible, responsible offeror providing the best value to the Government based upon technical capability, price, and delivery terms. Quotations must state all items will be received on or before 26 July 2010 to be considered compliant. If other quotations are received by 0800 a.m. EST on 16 July 2010, they will be considered. The associated NAICS code for this requirement is 334111 with a size standard of 1000 employees. A firm fixed price contract is contemplated. The CLIN structure of the acquisition will be as follows: CLIN 0010: Dell PowerEdge T310 Servers (QTY: 2) CLIN 0020: Dell Optiplex 780 Workstation Mini Towers (QTY: 21) CLIN 0030: Sound blaster audio card or EQUAL (QTY: 23) CLIN 0040: 15-pack of Window Server 2003 (QTY: 1) Deliverable items will be insured through final destination by the award recipient of the requirement. The Government's requirement for the items to be acquired follows: CLIN 0010, Dell PowerEdge T310 Server 1. Dual Core Intel® Xeon® E 3113, 3.0 GHz, 6MB Cache, 1333MHz FSB, Windows Server®2003 R2, Standard Edition, w/5 CALs, 2008 License 2. Operating System: Windows Server®2003 R2, Standard Edition, w/5 CALs, 2008 License 3. Memory: 4GB DDR2, 667MHz, 4x1GB Single Ranked DIMMs 4. Keyboard and Optical Mouse: USB, Black, English 5. Primary Hard Drive: 500GB 7.2k RPM Serial ATA 3Gbps 3.5-in Cabled Hard Drive. 6. 2nd Hard Drive: 160GB 7.2k RPM Serial ATA 3Gbps 3.5-in Cabled Hard Drive. 7. Floppy Drive: No Floppy Drive. 8. Network Adapter: On-Board Dual Gigabit Network Adapter. 9. CD/DVD Drive: 16x DVD+/-RW, Internal SATA. 10. System Documentation: Electronic System Documentation, 11. Hard Drive Configuration: Add-in SAS6iR (SATA/SAS Controller) which supports 1-4 Hard Drives- No RAID 12. Chassis Configuration: Chassis with Cabled Hard Drive and Non-Redundant Power Supply 13. Hardware Support Services: 5 Year Support for IT and Next Business Day On-site Service 14. O/S Partition: Maximum Partition Size Override for Microsoft Windows Factory Installed 15. Power Cords: NEMA 5-15P to C13 Wall Plug, 125 Volt, 15 AMP, 10 Feet (3m), Power Cord CLIN 0020, Dell Optiplex 780 Workstation Mini Towers 1. Processor: Intel Core Duo 3.0 GHz, 6MB Cache 1333 MHz Front Bus. 2. Operating System: Genuine Windows Vista® Business Downgrade, XP Professional SP3, E. 3. Memory: 2GB DDR3 Non-ECC SDRAM, 1066 MHz, (2 DIMM). 4. Keyboard: Keyboard with Detachable Palm rest. 5. Monitor: 20in HAS Monitor, VGA/ DVI (2 per workstation). 6. Video Card: 256MB ATI RADEON HD 3450 (2 DVI /1 TV-out), Full Height. 7. Boot Hard Drives: 160GB 2.5 SATA 3.0Gb/s and 16MB Data Burst Cache. 8. Media Card Reader: No Media Card Reader. 9. Mouse: USB 2-Button Entry Mouse with Scroll, Black 10. Systems Management Mode: Intel® Core2 vPro Technology Enabled 11. Hard Drive Mode: No RAID 12. Removable Media Storage Device: 16X DVD-ROM, Cyberlink Power DVD 13. Thermal: Heat Sink, Mainstream, Minitower 14. Speakers: Internal Audio Speaker 15. Hardware Support Services: 5 Year Basic Limited Warranty and 5 Year Next Business Day Onsite Service CLIN 0030, Sound blaster audio card or EQUAL PCI EXPRESS SOUND BLASTER X-FI TITANIUM FATAL1TY PROFESSIONAL SERIES (A1767954) or EQUAL Salient characteristics shall include: 1. 24-bit Analog-to-Digital conversion of analog inputs at 96kHz sample rate 2. 24-bit Digital-to-Analog conversion of digital sources at 96kHz to analog 7.1 speaker output 3. 24-bit Digital-to-Analog conversion of stereo digital sources at 192kHz to stereo output 4. 16-bit to 24-bit recording sampling rates: 8,11.025,16, 22.05, 24, 32, 44.1, 48 and 96kHz 5. ASIO 2.0 support at 16bit/44.1kHz,16-bit/48kHz, 24-bit/44.1kHz 24-bit/48kHz and 24-bit/96kHz with direct monitoring 6. Enhanced SoundFont support at up to 24-bit resolution 7. 64MB of X-RAM 8. Analog output Signal-to-Noise Ratio (A-weighted): 109dB 9. Connectivity Line in / Microphone in (shared 1/8" mini jack) a. Speaker out (4x 1/8" mini jacks) b. Optical out (TOSLINK)* c. Optical in (TOSLINK) d. Intel HD Audio Compatible Front Panel Header (2x5pin) * Optical Out supports stereo SPDIF out, multichannel out via Dolby Digital Live, and pass through of multichannel DVD sound 10. Speaker Support Stereo/2.1 Speakers a. 4/4.1 Speakers b. 5.1 Speakers c. 7.1 Speakers d. Headphones e. Bus Connection PCI Express 1x CLIN 0040, 15-pack of Window Server 2003 1. 15-PACK of Window Server 2003User CALs, Std or Ent, CustomerKit (310-7446) Evaluation Process: The Government intends to make award to the eligible, responsible offeror providing the best value to the Government based upon technical capability, price, and delivery terms. This proposal evaluation and award is a streamlined evaluation and award conducted pursuant to FAR 12.602, FAR 13.106-2, and Subpart 13.5. Under these FAR provisions, the government is not required to use formal source selection procedures of FAR subpart 15.3. Accordingly, this contract evaluation and award is not being conducted using formal source selection procedures of FAR subpart 15.3. Payments will be made through Wide Area Work Flow. Quotes shall include best delivery terms. Delivery shall be made FOB destination to: CSCS DET PNW 2000 West Marine View Dr. BLDG 2120 Everett, WA. 98208 Attn: OSCS (SW/AW) Mc Alister (425)727-3704 Estimated Award date is 16 July 2010. Delivery date must be no later than 26 July 2010. The following FAR/DFARS provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items JUN 2008 52.212-3 Offeror Representations and Certifications-Commercial Items AUG 2009 252.212-7000 Offeror Representations and Certifications-Commercial Items JUN 2005 52.225-2 Buy American Act Certificate (FEB 2009) 52.204-7 Central Contractor Registration APR 2008 52.212-4 Contract Terms and Conditions-Commercial Items MAR 2009 52.229-3 Federal, State and Local Taxes APR 2003 252.204-7006 Billing Instructions OCT 2005 252.232-7010 Levies on Contract Payments DEC 2006 52.212-5 Contract Terms and Conditions Required to implement statutes or executive orders-commercial items (DEC 2008) Within 52.212-5, the following clauses apply: 52.203-6 Restrictions of Subcontractor Sales To The Government (SEP 2006) ALT 1 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor-Cooperation with Authorities and Remedies AUG 2009 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action for Workers with disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans SEP 2006 52.222-50 Combating Trafficking in Persons FEB 2009 52.225-1 Buy American Act-Supplies FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law For Breach of Contract Claim OCT 2004 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (JAN 2009) Within 252.212-7001: 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payment Program JULY 2009 252.232-7003 Electronic Submission of Payment Requests MAR 2008 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Invoices for this procurement shall be submitted electronically through WAWF. More information will be provided upon contract award. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil. Vendors must be registered in the Central Contractor registration (CCR), http://www.ccr.gov/. Vendors shall provide Representation and Certifications. If vendors are registered in Online Representation and Certifications Applications (ORCA), vendors shall submit supplemental information not provided in ORCA. Quotations must be received no later than 16 July 2010 8:00 am EST. Quotations shall include the information required by FAR 52.211-6 in order to properly evaluate offers. Quotations may only be emailed. Government POC: Attn: Andrea Gordon, NAWCTSD Orlando, 12350 Research Parkway, Orlando, FL 32826, Fax 407.380.4164, Telephone 407.380.4389, email: andrea.gordon@navy.mil. Vendors submitting their proposal via email are cautioned that files over 10MB and.zip files may be rejected by the Navy's server. To ensure proposals are received by the offer due date and time, vendors may want to consider an additional alternative. For information or questions regarding this RFQ, contact Andrea Gordon at 407.380.4389.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-T-0018/listing.html)
- Record
- SN02206915-W 20100717/100715235124-45e4479dd79e3ed165f5fdeab0524a7e (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 |