Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2003 FBO #0759
SOLICITATION NOTICE

70 -- General Purpose Automatic Data Processing Equipment (including Firmware), Software, Supplies and Support Equipment

Notice Date
12/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025304Q0051
 
Response Due
1/5/2004
 
Archive Date
2/4/2004
 
Point of Contact
Linda Kress 360-396-5158 Fax 360-396-7036
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this requirement issued as a request for quotation is N00253-04-Q-0051. This Requirement will be negotiated on a full and open competition basis. Dealers are invited and encouraged to submit quotes. The solicitation documents incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-09. The applicable NAICS Code for this requirement is 334111 and has a size standard of 1000 employees. The contract line items are: • CLIN 0001 Six (6 ) Workstations CPU: AMD Opteron 248 64 Bit 1024KB L2 Multi Way Cache 2, AMD 8111/8151 Hyper Transport Chipset; (Two Opteron 64 Bit sockets upgradeable to 2 processors motherboard) Motherboard: Tyan Thunder K8W S2885 AGP-PRO expandable to 16GB 4+4 1GB Ethernet (10/100/100) on board LAN – 2 x ATA100 Controller, SATA RAID Firewire 1394 – Codec AC97, 2 x USB 2.0  8192MB DDR PC2X00 Registered ECC Interleave for 333MHz Opteron M. Ctrl. Memory  nVidia GeForce FX 5900 256MB DDR TV-in/out DVI AGP-8X video card  19” VX900 Viewsonic Active Matrix LCD 1280x1024NR Metallic Black monitor  200GB 7200RPM SATA 150MB/s 8MB Cache 9ms hard drive  Additional four (4) 200GB 7200RON SATA 150MB/s 8MB Cache 9ms hard drives  3 Ware 8500-8 Eight Channel STA/150 RAID Ctrl. 2MBC Mode 5 & 8HD max hard drive controller  Sony DRU510A DVD+-R /RW drive  Iomega Zip Dr 750MB Int. ATAPI w/1 Cart.  Creative Lab Live Audigy2 Platinum 6.1 3Dwave T. Digital w/FireWire Ports sound card  Altec Lansing 221 Black/Metallic 3 Piece Speaker System  Viewsonic ViewMate Office Metallic-Black Keyboard  Logitech (OEM) 2+ Wheel PS/2 Mouse Black Optical w/Mouse pad  DUAL Boot – Linux RedHat 9 and Microsoft Windows XP Pro; Note: Each Operating System will be configured on a 2000GB hard drive (see above) and the remaining three hard drives will be shared with the operating system booted at the time.  Standard Warranty One Year on System, 3 Years Mfg. On Monitor  Black Tool Free-Front New Aluminum Mid-Tower w/10 bays, 5 exposed, 420W UL P.S. -- ATX-(L x W x H) 17 7/8” x 7 7/8” x 17.5” –2 Back Ball Bearing Fan, Heat Sink CPU, BB-Front fan + PS Fan (5 Fans Total) 2 USB-1 0 bays 420W UL PS 3xBB Fans.  American Power Conversion 650VA Backup UPS  PC Works Suite 2002 incl. McAfee, Quicken, StarOffice Etc.  Digital Xpressions Suite  Corel Word Perfect Office 2002 on CD-ROM • CLIN 0002 ONE (1) Workstation CPU: AMD Opteron 248 64But 1024KB L2 Multi Way Cache 2, AMD 8111/8151 Hyper Transport Chipset: (Two Opteron 64B Bit sockets upgradeable to 2 Processors motherboard) Motherboard: Tyan Thunder K8W S28785 AGP-PRO expandable to 16GB 4+4 1GB Ethernet (10/100/100) on board LAN –2 x ATA 100 Controller, SATA RAID Firewire 1394 – Codec AC97,2 x USB 2.0  8192MB DDR PC2X00 Registered ECC Interleave for 333MHz Opteron M. Ctrl. Memory  nVidia GeForce FX 5900 256MB DDR TV-IN/OUT DVI AGP-8X video card  19” VX900 Viewsonic Active Matrix LCD 1280x1024NR Metallic Black monitor  200GB 720 0RPM SATA 150MB/s 8MB Cache 9ms hard drive  Additional four (4) 200GB 7200RPM SATA 150MB/s 8MB Cache 9ms hard drives  3 Ware 8500-8 Eight Channel SATA/150 RAID Ctrl. 2MBC Mode 5 & 8HD max hard drive controller  SONY DRU510A DVD+-R/RW drive  Iomega Zip Dr 750MB Int. ATAPI w/1 Cart.  Creative Lab Live Audigy2 Platinum 6.1 3DwaveT, Digital w/FireWire Ports sound card  Altec Lansing 221 Black/Metallic 3 Piece Speaker System  Viewsonic ViewMate Office Metallic-Black Keyboard  Logitech (OEM) 2+ Wheel PS/2 Mouse Black Optical w/Mouse pad  Dual Boot – Linux Red Hat Enterprise Workstation 3 STD CD-ROM w/Manual and Microsoft Windows XP Pro; Note: Each Operating System will be configured on a 200GB hard drive (see above) and the remaining three hard drives will be shared with the operating system booted at th e time.  Standard Warranty One Year on System, 3 Years Mfg. on Monitor  Black Tool Free-Front New Aluminum Mid-Tower w/10 bays, 5 exposed, 420W UL P.S. – ATX –(L x W x H) 17 7/8” x 7 7/8” x 17.5” –2 x Back Ball Bearing Fax, HeatSink CPU, BB-Front fan + PS Fan (5 Fans Total) 2 USB-10 bays 420W UL PS 3x BB Fans.  American Power Conversion 650VA Backup UPS  PC Works Suite 2002 incl. McAfee, Quicken, Star Office etc,  Digital Xpressions Suite  Corel Word Perfect Office 2002 on CD-ROM In order to verify the viability of the system’s performance, the subject workstations must be capable of performing the Catalyst C2001 series of benchmark tests with a score of 92 or better, using the Microsoft Windows XP Professional Operating system. The test results must be documented by an independent test agency approved by the government . Delivery of all items to be on or before 30 Jan 04. FOB Destination – Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best inter est of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.212-4 Contract Terms and Conditions – Commercial items. Clause 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disable Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child labor-Cooperation w/Authorities & Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable to this acquisition: 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea and 242-247-7024 Notification of Transportation of Supplies by Sea. The following D FAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.225-7017 Prohibition on award to companies owned by the People’s Republic of Chain. Quotes/Offers are due no later that 05 Jan 04, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.2000.com/). Any questions should be submitted in writing via the fax number provided above or e-mailed to lkress@kpt.nuwc.anvy.mil. To access the provision 52.21 2-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/N00253/N0025304Q0051/listing.html)
 
Record
SN00495934-F 20031226/031224214141 (fbodaily.com)
 
Source
FedBizOpps.gov 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.