SOLICITATION NOTICE
70 -- Diamond PCI Video Adapter and Jaton Video
- Notice Date
- 10/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244
- ZIP Code
- 21244
- Solicitation Number
- Reference-Number-SSA-RFQ-07-1001
- Response Due
- 10/27/2006
- Archive Date
- 11/10/2006
- Description
- This is a combined/synopsis for commercial items (as defined by FAR 2.101) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested; however, a written request for offers will not be issued. Please cite. SSA-RFQ-07-1001. Social Security Administration (SSA) would like to purchase 1332 Diamond S80PCIWBS PCI Video Adapters and 464 Jaton Video-208PCI-128TV. Prospective offerors must provide technical literature, or a link to technical literature, that will allow the SSA to verify compliance with the requirements. In addition, the video adapter boards must include a minimum of a one year warranty to provide for mail back replacement of any defective or otherwise nonfunctioning board. Warranty replacement of defective boards shall be the responsibility of the vendor the contract is awarded to as opposed to any form of direct interface with the board?s manufacturer. The salient characteristics common to both are as follows: 1. Must support the full range of business graphics (2D), multimedia, full-motion video playback and 3D acceleration; 2. Must support 16.7 million colors at the 800 x 600, 1024 x 768, and 1280 x 1024 resolutions; 3. Must support 32-bit true color and minimum 75 Hz refresh rates under the Windows XP operating system; 4. Must have a minimum of 128MB DDR or better (e.g. DDR2, DDR3) video memory; 5. Must have a PCI bus interface. The salient characteristics for board 1 (full size board) are as follows: Total Quantity 1,332 Diamond Stealth S80PCIWB 1. Must provide both a 15 pin analog VGA connector as well as a DVI-I digital connector; 2. Must be an implementation of ATI?s 9200, 9200SE, or 9250 Graphical Processing Unit; 3. Must support Microsoft?s Extended Desktop across dual displays. The salient characteristics for board 2 (low profile board) are as follows: Total Quantity 464 Jaton Video-208PCI-128TV 1. Must be ?low-profile? (bracket height not to exceed 3-3/16?) capable of being installed in a Dell Optiplex GX270 or GX280 small form factor chassis workstation; 2. Must be an implementation of the nVidia GeForce MX4000 Graphical Processing Unit; 3. Must provide, at a minimum, a 15 pin analog VGA connector FAR PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13, effective 28, September 2006. FAR Provision 52.512-1--Instructions to Offerors Commercial Items applies to this acquisition. Officers are requested to include a completed copy of FAR Part 52.212-3, Offeror Representations and Certifications - Commercial Items with their quote. Interested parties can get the document from http://www.arnet.gov. Alternatively, quoters may complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the quoter verifies by submission of this quotation that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation). FAR clause 52.212-4, Contract Terms Conditions Commercial Items (tailored), applies to this acquisition. FAR clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Responses must be submitted by EMAIL ONLY by 5:00 p.m. Eastern Daylight Time, October 27, 2006, emailed to wanda.owens@ssa.gov. All responsible may submit a quotation that shall be considered by the Agency.
- Place of Performance
- Address: Various location throughout the United States
- Zip Code: 21235
- Country: UNITED STATES
- Zip Code: 21235
- Record
- SN01170240-W 20061026/061024230034 (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 |