Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
SOLICITATION NOTICE

70 -- COMPUTER SYSTEMS

Notice Date
4/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-14-T-6453
 
Response Due
5/5/2014
 
Archive Date
6/4/2014
 
Point of Contact
Point of Contact - BELINDA SANTOS, Contract Specialist, 619-553-4502; AURORA VARGAS, Contracting Officer, 619-553-0901
 
E-Mail Address
Contract Specialist
(belinda.santos@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N66001-14-T-6453 DUE: MAY 5, 2014 SMALL BUSINESS SET ASIDE This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-14-T-6453. This requirement is for, set-aside for small business, NAICS code is 334111 and business size standard is 1,000 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. Quotes will be evaluated on an "all or none" basis. "The statement below applies to CLINS 0001 to 0002. To be considered for award, the offeror certifies that the product being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the U.S., or that the product is in some manner not TAA compliant." ITEM DESCRIPTION QTY UNIT 0001 COMPUTER SYSTEM 2 EA Requirements for Computer System 1 The computer systems shall be able to run the current stable version of Debian 7 Linux with all hardware. 1. The computer systems shall be delivered with a single Intel E5 1650V2 CPU. This CPU is the lowest-cost CPU that will satisfactorily run the EOS sensor control and image processing software. 2. The computer systems shall be delivered with two (2) Bluecherry PV-981 video capture cards. The Bluecherry PV-981 is the lowest price video capture card that will work satisfactorily with the EOS video processing software. 3. The computer systems shall be delivered with a video card with full video acceleration supported by the Debian 7 Linux operating system. The video card shall be DVI and VGA compatible. 4. The computer systems shall utilize a 3U rack-mountable chassis. 5. The computer systems shall be delivered with at least 32GB memory and shall be able to accommodate at least 64GB memory. 6. The computer systems shall have at least 3 PCIe x16, 2 PCIe x8, and 1 PCIe x4 expansion slots. 7. The computer systems shall have at least 2 onboard NIC devices. 8. The computer systems shall have at least 2 USB3 and 4 USB2 ports. 9. The computer systems shall be delivered with 1 Brainboxes 4-port DB9 RS232 PCIe card. 10. The computer systems shall be delivered with two SSD disks with a storage capability of at least 256 GB each. The Debian Linux OS shall be installed on the first drive. The second drive shall be formatted with the Linux ext4 file system. 11. The computer systems shall include a writable DVD drive. 12. The computer systems shall have redundant hot-swappable power supplies. The systems shall have the ability to continue operating if one of the power- supply units fails. 0002 COMPUTER SYSTEM 2 EA Requirements for computer system 2: 1. The computer systems shall be provided with Windows 7 Professional x64 installed. 2. The computer systems shall be delivered with two (2) Intel E5 2650V2 CPUs. This E5 2650V2 CPU is the lowest-cost CPU that will satisfactorily run the EOS mapping/video-display software. 3. The computer systems shall be delivered with one (1) Euresys GrabLink 4 video capture card and one (1) Euresys Picolo U4H264 video capture card. These cards are the lowest price video capture cards that will work satisfactorily with the EOS video display software. 4. The computer systems shall be delivered with a four-headed Nvidia NVS 510 video card. 5. The computer systems shall utilize a 3U rack-mountable chassis. 6. The computer systems shall be delivered with at least 32GB memory and shall be able to accommodate at least 64GB memory. 7. The computer systems shall have at least 3 PCIe x16, 2 PCIe x8, and 1 PCIe x4 expansion slots. 8. The computer systems shall have at least 2 onboard NIC devices. 9. The computer systems shall have at least 2 USB3 and 4 USB2 ports. 10. The computer systems shall be delivered with 1 Brainboxes 4-port DB9 RS232 PCIe card. 11. The computer systems shall be delivered with Windows 7 installed on the first drive. The second drive shall be formatted NTFS. 12. The computer systems shall include a writable DVD drive. 13. The computer systems shall have redundant hot-swappable power supplies. The computer systems shall have the ability to continue operating if one of the power-supply units fails. ITEM 0003 SHIPPING TO SAN DIEGO, CA 92110 1 LOT This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2005-72, Effective 30 Jan 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20140421 (Effective 21 Apr 2014) Edition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications Commercial Item applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.204-2, Security Requirements 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) 52.211-6, Brand Name or Equal 52.214-3, Amendments to Invitations for Bids 52.214-4, False Statements and Bids 52.214-5, Submission of Bids 52.214-6, Explanation to Prospective Bidders 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. 52.219-6, Notice of Total Small Business Set-Aside 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.222-3, Convict LaborE.O. 11755) 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity(E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332) 52.233-3, Protest After Award (31 U.S.C. 3553) DFAR 252.211-7003, Unit Identification and Valuation (applies to items over 5k). DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). This RFQ closes on May 5, 2014 at 1:00 PM, Pacific Time. Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-14-T-6453. The point of contact for this solicitation is Belinda Santos at belinda.santos@navy.mil and Aurora Vargas at aurora.vargas@navy.mil. Please include RFQ N66001-14-T-6453 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57e099c2f7060e1aa6a7ebe85e66740e)
 
Record
SN03350036-W 20140430/140428234352-57e099c2f7060e1aa6a7ebe85e66740e (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.