SOLICITATION NOTICE
70 -- Forensic Recovery of Evidence Devices - Business Questionnaire
- Notice Date
- 9/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, District of Columbia, 20534
- ZIP Code
- 20534
- Solicitation Number
- RFQNAS0247-2012B
- Archive Date
- 9/25/2012
- Point of Contact
- Ryan P. Chandler, Phone: (202) 307-3070
- E-Mail Address
-
rpchandler@bop.gov
(rpchandler@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- 52.212-5 Business Questionnaire 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; quotes are being requested and a written solicitation will not be issued. Solicitation/Purchase Request number RFQNAS0247-2012B is issued as a Request for Quote (RFQ). This is a BRAND NAME OR EQUAL SOLICITATION. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, effective 9/13/2012. The North American Industrial Classification (NAICS) code is 334111 and the applicable small business size standard is 1000 employees. National Acquisition and Systems Section, Washington, DC intends to make a single award of a firm-fixed price. In accordance with FAR 46.503 and 46.403(a), the place of acceptance for supplies and services under this contract is FOB Destination, Bureau of Prisons Central Office, 320 First Street NW, Room 122, Washington, DC. The desired delivery date is 30 days ARO. All responsible sources may submit a quote which shall be considered by the agency. It is anticipated that contract award resulting from this solicitation will be made September 24, 2012. Evaluation and Award: The award will be made to the vendor having the lowest overall evaluated price which is technically acceptable and has acceptable past performance (LPTA). Past performance information will be used as part of the responsibility determination. The vendor's initial quote should contain their best terms from a technical and price standpoint which will allow the contracting officer to award without discussions. However, the Government reserves the right to conduct discussions if later determined by the contracting officer to be necessary. Technical: The technical portion of the quote will be evaluated on a Go/No-Go basis. All quoters must submit technical documentation such as the manufacturer specifications, user manuals, certifications, warranties, and other technical literature in order for the government to make an informed decision that the quoted product is in compliance with the Government's requirement. Quotes with statements such as "meets requirements" and "meets specifications" will not be considered unless they are accompanied by the requested technical documentation. Please ensure that you submit all requested certifications along with your quote. Price: Quotes should contain a complete pricing schedule. Past Performance: Complete Business Management Questionnaire (Attached) which ask you to provide three points of contact for past performance under existing or prior contracts for the same or similar supplies. Past Performance information will be utilized for responsibility determination only. Description: Digital Intelligence Forensic Recovery of Evidence Devices (F11102R) with the following salient characteristics OR EQUIVALENT: LINE ITEMS: Line Item 1: 4 Forensic Recovery of Evidence Devices [F11102R] Described below: Intel Core i7-3960X CPU (Hex Core), 3.3 Ghz, 15MB Intel Smart Cache, 5 GS/s DMI [T1035] 32GB PC3-12800 DDR3 1600 Mhz Memory (8 x 4GB) [T2008] 512GB Solid State SATA III Hard Drive in Tray - 0S Drive [T3048] 512GB Solid State SATA III Hard Drive in Tray - Data Drive [T3051] 22" Widescreen LCD Monitor with Built-in Speakers [T6999] Windows 7 Ultimate (64 bit) with XP Mode [T0003], to include DOS (Win98 standalone), SUSE Professional Linux (64 bit) Dual RAID Chassis Option [T5107], to include 12 Channel PCIe 6GB/s SAS/SATA RAID Controller Qty 2 - RAID Chassis with 5 removable drive bays RAID Set #1: 500 GB 7200 RPM SATA III Hard Drive Set (Set of 5 Drives) [T3106] RAID Set #2: 2 TB 7200 RPM SATA III Hard Drive Set (Set of 5 Drives) [T3105] Hardware Write Blocking: Digital Intelligence UltraBay #D Hardware Write-Blocker with touch screen display: - Integrated IDE Drive Write Blocker -Integrated SATA Drive Write Blocker -Integrated SAS Drive Write Blocker -Integrated USB 3.0/2.0 Write Blocker -Integrated FireWire IEEE 1394b Write Blocker Digital intelligence Integrated Forensic Media Card Reader - Read-Only and Read/Write Switchable Detailed System Specifications: ATX Tower Case 12 x 5¼" Bays 1100 Watt Modular power supply i7 Motherboard with Intel X79 Express Chipset 6 PCI-Express 3.0(x16)Slots Nvidia GT 630 4GB 128 bit DDR3 PCI-Express Video Card with 1 mini HDMI, and 2 DVI ports - supports dual monitors Dual 10/100/1000 Mbs Intel GbE Network Adapters 8-Channel High Definition Audio CODEC 2 ports Intel 6.0 Gb/s Serial ATA (SATA) Controller 4 ports Intel 3.0 Gb/s Serial ATA (SATA) Controller - 1 Back Mounted 2 ports Marvell 6.0 Gb/s Serial ATA (SATA) Controller 2 PS/2 Ports 6 USB 3.0 ports - 3 Back Mounted, 3 Front Mounted 10 USB 2.0 ports - 10 Back Mounted 1 Write Blocked USB 3.0/2.0 port - Front Mounted 1 FireWire IEEE 1394a (400 MB/s) ports - 1 Back Mounted 2 FireWire IEEE 1394b (800 MB/s) ports - 1 Back Mounted, 1 Front Mounted (Write Blocked) 1 x Shock Mounted SATA Removable Hard Drive Bays (IDE Capable) 1 x HotSwap Shock Mounted Universal (IDE/SATA compatible) Removable Hard Drive Bays BD-R/BD-RE/DVD±RW/CD±RW Blu-ray Burner Dual-Layer Combo Drive Extendable/Retractable Imaging Workshelf with integrated ventilation 103 key Microsoft Keyboard-Wireless Microsoft Intellimouse-Wireless Toolbox containing: Adapters, Cables, Digital Camera, Security Screwdriver Set, IDE Bridge Tray and OEM Documents Other Software included: Symantec Ghost, CD Authoring Software, DRIVESPY, IMAGE, PDWIPE, PART, and PDBLOCK Warranty 1 year parts and labor Training: One Seat per System in the FRED orientation and training course "Digital Forensics with FRED" CONTRACT CLAUSES: ADDENDUM TO FAR 52.212-4, Contract Term and Conditions-Commercial Items (June 2010) The terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR clause 52.212-4 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov/far. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or copied doubled-sided on recycled paper (MAY 2011) 52.204-7 Central Contractor Registration (APRIL 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (AUG 2012) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.253-1 Computer Generated Forms (APR 1984) The following clauses although incorporated by reference into the solicitation will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.247-34 F.O.B. Destination (NOV 1991) The following clauses are incorporated into the solicitation in full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (AUG 2011) "See Attachment I" 52.27-103-72 DOJ CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS (JUNE 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. Legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. [End of Clause] SOLICITATION PROVISIONS: 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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) ADDENDUM TO FAR 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012) The terms and conditions for the following provisions are hereby incorporated into this solicitation as an addendum to FAR provision 52.212-1. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 2012) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2012) TAILORING: In accordance with FAR 12.302 (a), the provision at 52.212-1 is hereby tailored to modify the following elements of the provision. Delete paragraphs at h, and i as they have been determined to be non-applicable to this solicitation. The following provisions are incorporated into the solicitation in full text: Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Additional Contract Requirements: Contractors are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Contractors are further advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. CONTRACT PRICING - Contract pricing shall include all charges to the Government (e.g., overhead, profit, maintenance, transportation, etc.) The Government reserves the right to award without discussion; therefore, the contractor's initial quote should contain the best terms from a price standpoint. SUBMISSION OF QUOTES: On letterhead or business stationary, the following information is required: (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotes; (3) The name, address, and telephone number of the quoter including contractor's DUNS number; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms. (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of any Solicitation Amendments; (10) Since the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotes must be received at the Federal Bureau of Prisons, National Acquisition and Systems Section, 320 First Street NW, Room 5005, Washington, DC 20534 no later than 10:00am local time on Monday, September 24, 2012. Questions regarding this requirement may be directed in writing to Ryan Chandler, Contracting Officer at the email address listed in this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQNAS0247-2012B /listing.html)
- Record
- SN02893981-W 20120923/120922001257-4e5b676f0142e5b6391c06e6d783c1c1 (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 |