Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
SOLICITATION NOTICE

70 -- 2RU RACK MOUNT COMPUTER - SALIENT CHARACTERTICS

Notice Date
6/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002841286600
 
Archive Date
7/22/2014
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SALIENT CHARACTERTICS COMBINED SYNOPSIS/SOLICITATION 2RU RACK MOUNT COMPUTER 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. a. Solicitation Number HQ002841286600 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-74, effective 30 May 2014 and DFARS Change Notice 20140528. c. This procurement is a brand name or equal requirement, associated with NAICS Code 334111, and small business size employees 1000. d. Item Description: THESE ITEMS ARE BRAND NAME OR EQUAL. FILL IN ALL UNIT PRICE AND TOTALS. FREIGHT SHALL BE ABSORBED INTO EACH LINE ITEM PRICE. ITEM DESCRIPTION: (YOUR BID MUST CONSIST OF ONLY ONE CLIN, NOT A DETAILED BID) CLIN 0001: 70EA, COMPUTER RACK MOUNTABLE(2RU/3.5-IN TALL); 19-IN MOUNTING DEPTH, MEASURED FROM THE COMPUTER CHASSIS FRONT MOUNTING EARS TO CHASSIS REAR MOST PROTRUSION; SIDE MOUNTABLE SLIDE RAILS W/BALL BEARINGS AND LOCKS(WHEN FULLY EXTENDED), ABLE TO EXTEND CHASSIS OUT OF RACK WITH 2-IN OF CLEARANCE, SLIDE RAILS IS ABLE TO MOUNT TO FRONT AND REAR RACK MOUNT RAILS FROM 21-IN TO 30-IN OF SEPARATION FRONT TO REAR; CHASSIS HAS SOME METHOD OF BEING SECURED TO RACK WHEN FULLY SEATED INTO THE RACK; FRONT HANDLES ALLOWING FOR GRASPING AND PULLING CHASSIS OUT OF RACK, HANDLES WILL NOT IMPEDE ACCESS TO CHASSIS MOUNTING SCREWS TO EQUIPMENT RACK; FRONT COVER DOOR THAT WHEN CLOSED WILL LATCH SECURELY IN PLACE W/A KEYLESS LATCH; ACCESS TO THE INTERNALS OF THE CHASSIS WILL BE ACCOMPLISHED IN A SIMPLE BUT SECURE METHOD THAT REQUIRES MINIMAL TOOLS AND TIME TO ACCESS; A FULL SIZED 3.5-IN SATA REMOVAL HARD DRIVE ACCESS SYSTEM WITH LATCH IS PROVIDED VIA THE FRONT OF THE CHASSIS, THE DRIVE DOES NOT REQUIRE HOT-SWAPPABLE CAPABILITY; FRONT MOUNTED CHASSIS AIR FILTER, REMOVABLE, FOR CLEANING; 2EA FRONT PANEL MOUNTED USB PORTS AVAILABLE; FRONT MOUNTED OPERATOR ACCESSIBLE SWITCH FOR COMPUTER POWER AND RESET; POWER: 115/230 VAC SELECTABLE POWER SUPPLY THAT PROVIDES 400 WATTS MINIMUM CAPACITY, W/4EA 4 PIN MOLEX POWER PLUGS AND 4EA SATA POWER PLUGS, POWER SUPPLY HAS A REMOVABLE POWER CORD AND A REAR MOUNTED POWER SWITCH; COOLING: SYSTEM WILL EMPLOY SUFFICIENT COOLING(I.E. ADDITIONAL FAN, ETC) TO KEEP THE SYSTEM WITHIN SUITABLE TEMPERATURE RANGE FOR OPTIMAL PERFORMANCE WHILE UNDER LOAD; SOFTWARE: NO OPERATING SYSTEM IS PRE-INSTALLED, OPERATING SYSTEM TO BE LOADED BY AFLOAT MEDIA SYSTEMS WILL BE WINDOWS 7, ALL SOFTWARE AND DRIVERS FOR HARDWARE INTERNAL TO THE COMPUTER ARE SUPPLIED FROM VENDOR WITH EACH COMPUTER, ALL SOFTWARE AND DRIVERS ARE COMPATIBLE W/WINDOWS 7 32-BIT AND 64-BIT VERSIONS; ELECTRONICS: MINIMUM 1EA PCI 32BIT OR 64BIT SLOT AND MINIMUM 1EA PCI EXPRESS X16 SLOT ARE ACCESSIBLE FOR USE; MAIN BOARD: INTEL I5-3470 PROCESSOR W/4 CORES, 8GB DDR3 MEMORY, INTEGRATED ON-BOARD STEREO AUDIO, INTEGRATED ON-BOARD VGA GRAPHICS OF 1280 X 1024, INTEGRATED ON-BOARD HDMI OUTPUT, SYSTEM TO INCLUDE COMPOSITE ANALOG VIDEO OUTPUT; MINIMUM OF 2EA ACCESSIBLE FRONT MOUNTED AND A MINIMUM OF 4EA ACCESSIBLE REAR MOUNTED USB 2.0 OR FASTER PORTS, MINIMUM OF 1EA 10/100/1000 MB/S NIC, 1EA REAR MOUNTED SERIAL DATA PORT (DB9), IF A SEPARATE EXPANSION PORT INSERT IS REQUIRED, INSERT WILL NOT PREVENT ACCESS TO MOTHERBOARD PCI/PCIE EXPANSION PORTS, INTERNAL 2TB SATA 2.0, 7200 RPM, 64MB CACHE, REMOVABLE HARD DRIVE W/LATCH ACCESS SYSTEM, 1EA SLIM CD-RW/DVD+RW SATA OPTICAL DRIVE; ENVIRONMENTAL CERTS: EIA-310-D; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. 70EA @ _____________ = $________________ e. Delivery and acceptance will be made at: NAVAL MEDIA CENTER 8345 E BEECHCRAFT AVE GAITHERSBURG MD 20879-5000 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAY 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2014) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (MAY 2014) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2014) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System For Award Management) (FEB 2014) DFARS 252.204-7012 (Safeguarding of Unclassified Controlled Technical Information) (NOV 2013) DFARS 252.209-7993 - REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (May 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) j. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 07 JULY 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ Shevonn.Moore@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1fd608e4e9285df0f12082bcd7904cb5)
 
Place of Performance
Address: NAVAL MEDIA CENTER, 8345 E BEECHCRAFT AVE, GAITHERSBURG, Maryland, 20879-5000, United States
Zip Code: 20879-5000
 
Record
SN03388235-W 20140608/140606234714-1fd608e4e9285df0f12082bcd7904cb5 (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.