Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOLICITATION NOTICE

70 -- Ruggedized 2U Rackmount 3 Slot Industrial Computer: P/N: RM2200NSW-12:

Notice Date
5/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1333 ISSAC HULL AVENUE SE, WASHINGTON, DC 20376
 
ZIP Code
20376
 
Solicitation Number
N0002417P5176_01
 
Response Due
5/18/2017
 
Archive Date
11/14/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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 N0002417P5176_01 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-05-18 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be VIRGINIA BEACH, VA 23461 The NAVSEA - HQ requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Ruggedized 2U Rackmount 3 Slot Industrial Computer: P/N: RM2200NSW-12: NOTE: This item must be built and delivered to exactly the following configuration: Systel Consisting Of The Following: Chassis With Black Front Panel * Heavy Duty 2U Aluminum Rackmount Chassis 22" Deep, E-ATX Motherboard Design * Available slots: (3) PCIe x16 3.0 and (3) PCIe x8 3.0 Slots (low profile cards) * 700 Watt Standard AC Power Supply * Shock-mounted Drive Cage & System Boards * Power, & HDD Status Front Panel Indicators * Reset & Power Front Panel Controls, Dual Front Accessible USB 3.0 Ports * Accommodates (4) 3.5" Removable Drive Bays & (1) Slim-line Notebook DVD Drive, * Custom Hold-downs for add-in boards * At a minimum, the chassis is designed to meet the vibration requirements of MIL-STD-810G, Method 514.6, Procedure 1, Annex C, Category 4. For Operating: See Fig. 514.6C-1 & For Non-Operating: See Fig. 514.6C-2 * Operating Temperature 0 ° to 50 ° C * Humidity Specification: 5% to 95% Non-Condensing Hardware * SuperMicro X10DRi-T Extended ATX-Motherboard as follows: Intel ® C612 series chipset, QPI up to 9.6GT/s; Integrated Baseboard Management Controller with IPMI 2.0 w/ virtual media over LAN and KVM-over-LAN support On board ASPEED AST2400 BMC graphics; Rear I/O: (2) USB 2.0, (2) USB 3.0, (2) 10GbE Base-T LAN, (1) RJ-45 IPMI (1) RS-232, (1) VGA * (2) Intel ® Xeon ® Processor E5-2658 v3 (30M Cache, 2.20 GHz) - 12 Core (105W) Long Life * 128GB (8GB x 16 each) 288-pin DDR4 2133Mhz 1.2V Memory; * (2) 1TB Hard Drives SATA, 6GB/s, 7200RPM, 128MB Cache; * (2) Intel ® Ethernet Converged Network Adapter X540-T2 Dual 10GbE RJ-45 (low profile); * Slimline DVD SATA, Super Multi Write; * Hole patterns Designed to Jonathan Slides Series 170QD (slides not included) Test All computers fully tested and burned-in for a period of 24 hours at 50 degrees C. Warranty Length Requested: 12 MONTHS: MANUFACTURER: SYSTEL, 6, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - HQ intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - HQ is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Vendor shall submit documentation of their respective partnership as an authorized reseller with the OEM. Seller shall provide this documentation as an attachment to their response to this solicitation. If no documentation is provided, the vendor will not be considered in the competitive range. Commercial and Government Entity Code Reporting Commercial and Government entity Code Maintenance Prohibition on Contracting with Inverted Domestic Corporations “Representation Information Regarding Responsibility Matters Contract Terms and Condition “Commercial Items Buy American Certificate Providing Accelerated Payments to Small Business Subcontractors Service of Protest Protest After Award Applicable Law for Breach of Contract Claim Agency Office of the Inspector General Representation Relating to Former DoD Officials Compliance With Safeguarding Covered Defense Information Controls OCT 2016 Alternative Line Item Structure SEP 2011 Limitations on the Use or Disclosure of Information by Litigation Support Offerors Item Unique Identification and Valuation Restriction on Acquisition of Specialty Metals MAY 2013 Representation of Extent of Transportation of Supplies By Sea AUG 1992
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002417P5176_01/listing.html)
 
Place of Performance
Address: VIRGINIA BEACH, VA 23461
Zip Code: 23461-2097
 
Record
SN04503386-W 20170512/170510235328-95495f9a563ae07150c302c1885a8fa9 (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.