Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

70 -- DRAC 1500 Forensic Tower System

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
11ASOD00998
 
Archive Date
10/1/2011
 
Point of Contact
Frankie Murphy, Phone: 202-648-7598
 
E-Mail Address
frankie.murphy@atf.gov
(frankie.murphy@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a Request for Quote (RFQ) and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. The solicitation number associated with this combined Synopsis/Solicitation is 11ASOD00998. This requirement is a Small Business set-aside. The North American Industry Classification System (NAICS) code is 334111 and the business size standard is 1,000 employees. The Small Business Competitiveness Demonstration Program is not applicable. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) intends to negotiate and award a sole-source Firm Fixed Price (FFP) purchase order to LC Technology International, Inc, 29750 US Highway 19 N, Ste 310, Clearwater, FL 33761-2657. The contractor shall provide ATF's Digital Investigations and Cybercrimes Branch five (5) each DRAC 1500 computer systes (each system contains; a steel tower server case w/cooling fans, a 550 watt power supply, duel intel xeon quad-core E5405 3GHz 1333MHz 771 pin 12MD Cache CPU, super micro X7DCA-i motherboard w/Intel 5400 chipset, 8GB 667 ECC RAM, dual-port gigabit ethernet controller, 6xSATA 3 Gbps controller, ATI Radeon HD 4670 GDDR3 1GB PCI-Express Dual DVI Video Card, Built-in hard drive imaging station (consists of two high speed removable IDE/SATA to firewire drive bays (one write protected and one read write)), interchangeable trays for supporting Serial ATA, IDE, and Notebook Drives, 3.5 inch floppy, 1 TB SATA hard drive, lg 6xBlu-ray disc burner & HD DVD-ROM, 13-in-1 combination read-only flash memory reader, Adaptec SCSI 29160 controller card, one SCSI removable read-only hard drive bay (SCSI 68/LVD) one SCSI removable read-only hard drive bay (SCSI 80 PIN SCA), 3 firewire and 8 USB2 ports, wireless 101 key keyboard & wireless mouse. Software; Windows 7 and File Recovery Pro. This system has been tested by ATF and will be used as an investigative measure by the agency's Digital Investigators. Market research for this requirement dictated that LC Technology is the only organization to provide the specifically designed DRAC systems. The proposed purchase order is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent is not a request for competitive quotes. However, interested parties who feel they are able to provide the item may submit a quote to the Contract Specialist. A determination by the Government not to compete with this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The anticipated award date is September 19, 2011. The DRAC systems must be delivered within 120 days to location within the United States. The estimated value of this proposed award is $27,500.00 (including shipping and handling). The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. In accordance with 52.212-2, Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Adherence to the required items and (2) lowest price. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the proposal. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. All questions regarding this solicitation must be submitted in writing and must reference the solicitation number. All quotes must be received in this office by 12:00 p.m. EST on September 16, 2011 addressed to the Attention of Ms. Frankie M. Murphy and reference the solicitation number. E-mailed quotes are required; E-mail: Frankie.murphy@atf.gov. All quotes shall include the following contractor administrative data: (1) Commercial and Government Entity (CAGE) Code; (2) Data Universal Numbering Systems (DUNS); (3) Past performance references; and (3) Tax Identification Number (TIN). Please note that email is the preferred contact method.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/11ASOD00998/listing.html)
 
Record
SN02576999-W 20110916/110915000954-5734e2d425b48f8bbc11ad82c6d9e1d8 (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.