SOLICITATION NOTICE
D -- Mini and Macro Devices Build
- Notice Date
- 9/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
- ZIP Code
- 22219
- Solicitation Number
- 10692M2216
- Archive Date
- 10/11/2012
- Point of Contact
- Pierre Larkin, Phone: 571-345-2368, Vincent J Sanchez, Phone: 703-875-6629
- E-Mail Address
-
larkinpo2@state.gov, SanchezVJ@state.gov
(larkinpo2@state.gov, SanchezVJ@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: Added: Sep 18, 2012 10:40 am 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. The solicitation number is 10692M2216 and is issued as a request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is a total small business set-aside and only qualified offerors may submit quotes. The Department of State requires the following items to be included in the service, see line items for Exact Match to the following: DOSCIFCUS0720... US Department of State, CIF Division custom build. Red Version Warranty is component manufacturer. Rampage IV Extre... ASUS Rampage IV Extreme LGA 2011 Intel X79 SATA 6Gb/s USB 3.0 Extended ATX Intel Motherboard / The desired MB meets the demands in regards of speed, heat dissipation, size and forensic imaging needs. KHX1600C9D3K Kingston HyperX 32GB (8 x 4GB) 240-Pin DDR3 SDRAM DDR3 1600 (PC3 12800 Desktop Memory) / Provides a faster speed on the motherboard needed for better processing and latency timed. BX80619i73960X Intel Core i7-3960X Extreme Edition Sandy Bridge-E 3.3GHz (3.9GHz Turbo) LGA 2011 130W Six-Core Desktop Processor Speed, heat dissipation specifications. ZT-60102-10P ZOTAC AMP! ZT-60102-10P GeForce GTX 680 2GB 256-bit GDDR5 PCI Express 3.0 x 16HDCP Ready SLI Support Video Card / Designed specifically with tri-vent cooling heat dissipation, 3.0 speeds and high graphic output. WH12LS39K LG WH23LS39K 12X Blu-Ray/DVD Burner, Lightscribe Support Writer/Driver with Software/Has a proven track record within CIF over years of service and has become a standard in forensic imaging. Apollo NZXT Apollo Black SECC Steel Chassis ATX Mid Tower Computer Case, Red lighting kit. / Provides the needed size and specs for the dynamic imaging needs; also designed to fit in designated areas for imaging purposes. RSC00-80GAD3-COOLER MASTER Silent Pro Gold Series RSC00-80GAD3-US 1200W ATX 12V v2.3 /EPS 12V v2.92 SLI Ready CrossFIre Ready 80PLUS GOLD Certified Modular Active PFC Power Supply / Offers an extensive range of power efficiency by heat transfer technology (HTT) needed for computer forensic purposes. Also comes with a standard 5 year warranty which is needed because of the frequent use of power. SSDSC2CW240A... Intel 520 Series Cherryville SSDSC2CW240A310 2.5" 240GB SATA III MLC Internal Solid State Drive / Supports sequential read rates up to 550Mbps and sequential write rates up to 520Mbts which is needed for faster computer forensic data acquisition and transfer. DOSCIFCUS0720..US Department of State, CIF Division custom build. Green Version. Warranty is component manufacturer. Assembled, tested, and shipped. Rampage IV Extre... ASUS Rampage IV Extreme LGA 2011 Intel X79 SATA 6Gb/s USB 3.0 Extended ATX Intel Motherboard MB meets the demands in regards of speed, heat dissipation, size and forensic imaging needs. KHX1600C9D3K Kingston HyperX 32GB (8 x 4GB) 240-Pin DDR3 SDRAM DDR3 1600 (PC3 12800 Desktop Memory) / Provides a faster speed on the motherboard needed for better processing and latency timed. BX80619i73960X Intel Core i7-3960X Extreme Edition Sandy Bridge-E 3.3GHz (3.9GHz Turbo) LGA 2011 130W Six-Core Desktop Processor /Speed, heat dissipation. ZT-60102-10P ZOTAC AMP! ZT-60102-10P GeForce GTX 680 2GB 256-bit GDDR5 PCI Express 3.0 x 16HDCP Ready SLI Support Video Card / Designed specifically with tri-vent cooling heat dissipation, 3.0 speeds and high graphic output. WH12LS39K LG WH23LS39K 12X Blu-Ray/DVD Burner, Lightscribe Support Writer/Driver with Software / Has a proven track record within CIF over years of service and has become a standard in forensic imaging. Apollo NZXT Apollo Black SECC Steel Chassis ATX Mid Tower Computer Case, Red lighting kit. / Provides the needed size and specs for the dynamic imaging needs; also designed to fit in designated areas for imaging purposes. RSC00-80GAD3- COOLER MASTER Silent Pro Gold Series RSC00-80GAD3-US 1200W ATX 12V v2.3 /EPS 12V v2.92 SLI Ready CrossFIre Ready 80PLUS GOLD Certified Modular Active PFC Power Supply / Offers an extensive range of power efficiency by heat transfer technology (HTT) needed for computer forensic purposes. Also comes with a standard 5 year warranty which is needed because of the frequent use of power. SSDSC2CW240A... Intel 520 Series Cherryville SSDSC2CW240A310 2.5" 240GB SATA III MLC Internal Solid State Drive / Supports sequential read rates up to 550Mbps and sequential write rates up to 520Mbts which is needed for faster computer forensic data acquisition and transfer. Add-Ons Warranty Service 3 YR Parts and Labor Depot Service ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond via email to LarkinPO2@state.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov All Quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-2 Evaluation Commercial Items applies. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, updates, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been, substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. All quoted prices must include shipping Arlington, VA 22209. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. To be considered for award, offers must provide "exact" components, including "exact" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation. Clearly identify the item by brand name, if any, and make or model number. Include descriptive literature such as illustrations, drawings or a clear reference to previously furnished descriptive data or information available to the Contracting Officer. An evaluation will be conducted based on best value, where delivery schedule offered, technical compliance as defined by exact specification requirements as identified, and past performance are more important than price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10692M2216/listing.html)
- Place of Performance
- Address: 1400 Wilson Blvd, Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN02893858-W 20120923/120922001022-787eb3fdb90e9561e305c24a48fa63aa (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 |