Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
MODIFICATION

70 -- Quantity of eighty-four (84) NEOUSYS Embedded Compact Controllers with Intel Atom E3845 1.91 gigahertz (GHz) quad-core processor (Part Number: POC-2004G)

Notice Date
8/19/2015
 
Notice Type
Modification/Amendment
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0284
 
Response Due
8/25/2015
 
Archive Date
10/18/2015
 
Point of Contact
Ariel Amey, (301) 394-1081
 
E-Mail Address
ACC-APG - Adelphi
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. APG-ADL-L.5152.215-4415 Brand Name Or Equal (As used in this paragraph, the term quote mark brand name quote mark includes identification of products by make and model.) (a) If items called for by this Request for Proposals have been identified in the Schedule by a quote mark brand name or equal quote mark description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Proposals offering quote mark equal quote mark products, including products of a brand name manufacturer other than the one described in the Schedule, will be considered for award if such products are clearly identified in the proposals and are determined by the Government to meet fully the salient characteristics requirements. (b) Unless the offeror clearly indicates in his proposal that he is offering an quote mark equal quote mark product, his proposal shall be considered as offering the brand name product referenced in the Schedule. (c) (1) If the offeror proposes to furnish an quote mark equal quote mark product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the Request for Proposals, or such product shall be otherwise clearly identified in the proposal. The evaluation of proposals and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in his proposal. CAUTION TO OFFERORS. The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to insure that sufficient information is available, the offeror must furnish as a part of it's proposal for an quote mark equal quote mark product, all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to (i) determine whether the product offered meets the salient characteristics requirements of the Request for Proposal and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. Descriptive material is not required if the offeror is proposing the quote mark brand name quote mark specified in the schedule. (2) If the offeror proposes to modify a product so as to make it conform to the requirements of the Request for Proposals, he shall (i) include in his proposal a clear description of such proposed modifications and (ii) clearly mark any descriptive material to show the proposed modifications. (End of provision) (ii) The solicitation number is W911QX-15-T-0284. This acquisition is issued as an Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Federal Acquisition Circular 2005-83 effective 02 July 2015. (iv) This acquisition is set-aside for small businesses concerns. The associated NAICS code is 334112. The small business size standard is 1,000 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Quantity of eighty-four (84) Embedded Compact Controllers with Intel Atom E3845 1.91 gigahertz (GHz) quad-core processor. CLIN 0002: Shipping and Receiving charges for CLIN 0001. (vi) Description of requirements: Salient Characteristics The Contractor shall provide a quantity of eighty-four (84) NEOUSYS BRAND NAME Embedded Compact Controls (Part Number: POC-2004G) or equivalent. The equivalent product must meet the following required specifications: 1.Intel Atom E3845 1.91 gigahertz (GHz) Quad-core processor or equivalent. 2.Integrate Intel HD Graphics or equivalent. 3.1x SO-DIMM socket for DDR3L-1333 memory or equivalent. 4.2x Gigabit Ethernet ports by Intel 1210 or equivalent. 5.IEEE 802.3at (25.5W PSE) PoE or equivalent. 6.1x DVI-I connector for both analog RGB and DVI/HDMI outputs video ports or equivalent. 7.2x RS-232/422/485, 2x RS-232 serial ports or equivalent. 8.3x USB 3.0 ports and 1x USB 2.0 port or equivalent. 9.1x Speaker-out audio or equivalent. 10.4-CH isolated DI + 4-CH isolated DO or equivalent. 11.8-CH 5V TTL GPIO or equivalent. 12.1x mini PCI Express slot with USIM socket or equivalent. 13.1x SATA ports with easy-swap HDD tray for 2.5 quote mark HDD/SSD or equivalent. 14.Built-in 8~35V DC input or equivalent. 15.1x 2-pin pluggable terminal block for DC input connector or equivalent. 16.149mm (W) x 105 mm (H) x 57mm dimensions or equivalent. 17.Weight of 1.5kg or less. 18.Wall-mounting capable. 19.-25 degree Celsius ~ 70 degrees Celsius with SSD, 100% CPU loading operating temperature or equivalent. 20.-40 degrees Celsius ~ 85 degrees Celsius storage temperature or equivalent. 21.10% ~ 90%, non-condensing humidity or equivalent. 22.Operating, 5 Grms, 5-500 HZ, 3 Axes (w/SSD, according IEC60068-2-64) vibration or equivalent. 23.Operating, 50 Grms, Half-sine 11 ms duration (w/SSD, according to IEC60068-2-27) shock or equivalent. 24.CE/FCC Class A, according to EN 55022 & EN 55024 EMC or equivalent. 25.The Contractor shall identify in product specifications list, any specifications that are considered equivalent or better. 26.The Contractor shall provide all shipping and handling charges within their price. (vii) Delivery is required four (4) weeks after date of contract (ADC). Delivery shall be made to Army Research Laboratory (ARL) White Sands Missile Range, BLDG 1856, White Sand, NM 88002.The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity and are commercially available that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-7 System for Award Management (July 2013), 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug, 2013), 52.219-6 ALT I Total Small Business Set-Aside (NOV 2011)-Alternate I (NOV 2011), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014, 52.222-50 Combating Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-0007 Contract-Wide: Sequential ACRN Order (SEP 2009), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7000 Disclosure of Information (AUG 2013), 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013), 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014), 252.211-7003, Item Unique Identification and Valuation (DEC 2013), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7013 Duty-Free Entry (Nov 2014), 252.225-7048 Export-Controlled Items (June 2013), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.247-7022 Representation of Extent of Transportation by Sea (AUG 1992) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.252-2 Clauses Incorporated By Reference (Feb 1998) 252.211-7003 Item Unique Identification and Valuation (DEC 2013) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401 Receiving Room Requirement - WSMR Alternate II (MAR 2005) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) APG-ADL-L.5152.215-4441 Us Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xv) The following notes apply to this announcement: Not Applicable (xvi) Offers are due on 25 August 2015, by 11:59am Mountain Standard Time (MST) via email to Ariel Amey, ariel.m.amey.civ@mail.mil (xvii) For information regarding this solicitation, please contact Ms. Ariel Amey, ariel.m.amey.civ@mail.mil, 301-394-1081.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/93226fe05050efc0e5ee40344dc767b0)
 
Place of Performance
Address: ACC-APG - Adelphi 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03846685-W 20150821/150820000455-93226fe05050efc0e5ee40344dc767b0 (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.