Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
MODIFICATION

70 -- Personal Computer over Internet Protocol (PCoIP) with capability to extend simulations over tactical networks.

Notice Date
9/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-12-R-8031
 
Response Due
9/20/2012
 
Archive Date
11/19/2012
 
Point of Contact
Natalia Lerma, 915-568-1520
 
E-Mail Address
MICC - Fort Bliss
(natalia.lerma@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Personal Computer over Internet Protocol (PCoIP) with capability to extend simulations over tactical networks. This 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911SG-12-R-8031 and is issued as a request for proposal. Turnkey deliverable must be provided by a single vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 dtd May 10, 2012. This requirement is a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this requirement is 334111 with a corresponding Small Business Size standard of 1000 employees. The Mission Installation Contracting Command Fort Bliss, TX 79916 intends to award a firm-fixed price type contract. This is a brand name only acquisition (see Attachment A for Justification and Approval). The Government intends to make a firm-fixed price type contract award on all or nothing basis to the lowest price proposal from a responsible offeror with the ability to purchase all of the items, installation and training specified within the required delivery schedule. Requirements are as follows: CLIN 1 - PcoIP Devices 68 ea - PCoIP Zero Client Portal 2U Chassis, 400W power supply, with rail kit PCoIP Zero Client Portal Units must have the minimum requirements listed: Z68 Chipset LGA 1155 Intel i7 2600s 2.8GHz 1155 CPU 2GB NVidia GT520 Dedicated Video (2 x DVI digital visual interface) 16GB DDR3 (2x 8GB modules) 2 x 1TB 7200rpm Sata Hard Drive 3 x 100/1000MB Network Interface Card 1 x CD/DVD+R DL optical drive 4 x USB 2.0 or 3.0 ports PCoIP Zero Client Portal Units must have all appropriate OEM mounting hardware / power cords / adapters* CLIN 2 - Rack Mounted Network Support 2 ea - 42U Rack 42"deep, standard 24" wide, must be compatible with 19-inch rack equipment. 42U rack to include casters, fans and plugs, removable / locking side panels, locking front and rear doors (keyed alike). 6ea - Cisco Catalyst 2960S-48TD-L Ethernet Switch, with appropriate OEM mounting hardware/power cords/adapters* 12ea - Cisco 1000BASE-LX/LH SFP Transceiver Modules (mini-GBIC) 6ea - 20 Amp PDU (power distribution unit, rack mounted) with appropriate OEM mounting hardware/power cords/adapters* CLIN 3 - Rack Mounted Electricity Support 1 ea - 25U Rack 42"deep, standard 24" wide, must be compatible with 19-inch rack equipment. 25U rack to include casters, removable / locking side panels, locking front and rear doors (keyed alike). 6ea - 2200VA UPS (uninterrupted power supply, rack mounted) with appropriate OEM mounting hardware/power cords/adapters* Additional Requirements: Contractor shall include the following which shall not be separately priced. Professional services requires a turnkey deliverable with a single vendor. Including, but not limited to, delivery, movement of all equipment, onsite installation (including cabling and dressing of racks), configuration, placement and implementation of hardware and systems, removal and disposal of all trash generated by all work; including all related travel expenses. Provide onsite training for a minimum of five (5) Mission Command Complex (MCC) personnel. This training should include, but not limited to, operation of devices, configuration of devices and technical troubleshooting; training to be provided to the customer upon finalization of installation. Turnkey deliverable must be provided by a single vendor. Vendor must be ISO 9001-2008 Certified / Secure Image Deployment via SAS 70 Certified Facility. The PCoIP Zero Client Portal Units must be configured and installed in 42U racks by vendor, including uninterruptable power supplies (UPS), switches, and PDU to insure compatibility with existing data center architecture. Vendor will supply all CAT6 cable required for 42U Racks. 68 PCoIP Zero Client Portal Units must be based on a standard non-proprietary designed Intel architecture to ensure interoperability with currently installed PCoIP systems. PCoIP Zero Client Portal Units must enable connectivity between the systems and existing serviceable monitors, keyboards and mice and support dual monitor connections. The client portals must use video over IP technology (not virtualization) that is fully routable across a WAN and capable of sustaining high-end 3D graphics across distances of greater than 100 miles with minimal latency. PCoIP Zero Client Portal Units must have the ability to attenuate the network bandwidth usage from the management software provided with the unit. Management software must not be proprietary in nature ensure interoperability with currently utilized management software used in support the Network Integration Event NIE 13.1. Switches must be compatible with the currently installed network and network management systems that utilize CISCO networking equipment and CISCO network management software. *All systems / equipment must be US 120Volt, 50-60 MHz with appropriate NEMA 5-15P, NEMA 5-20P, NEMA 5-15R, NEMA 5-20R (plugs and receptacles). All appropriate OEM hardware/power cords/adapters must be U/L rated and approved. All items must be TAA Compliant Delivery shall be F.O.B Destination to Fort Bliss, TX 79916 and is required no later than 30 days after award. The following clauses apply to this acquisition: FAR 52.203-2, Certificate of Independent Price Determination FAR 52.203-3, Gratuities FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitation on Payments To Influence Certain Federal Transactions FAR 52.204-3, Taxpayer Identification FAR 52.204-99, System for Award Management Registration FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.219-1, Small Business Program Representations FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification FAR 52.232-1, Payments FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (AUG 2012) FAR 52.233-2, Service of Protest (Sep 2006) FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.209-7004, Subcontracting With Firms That are Owned or Controlled By the Government of a Terrorist Country DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.211-7003 Item Identification and Valuation DFARS 252.211-7003 Alt I Item Identification and Valuation (Jun 2011) Alternate I DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -Commercial Items, and the following fill-in clauses in 52.212-5 also apply: FAR 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, and 52.232-33; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following fill-in clauses in DFARS 252.212-7001 also apply: 52.203-3, 252.203-7003, 252.225-7001, 252.225-7012, 252.243-7002, and 252.247-7023. The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.arnet.gov The following Local Clause also applies: 5152.233-4000, AMC-Level Protest Program (Nov 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) The offeror must be actively registered in the System for Award Management Registration to be considered for award. The website is http://www.sam.gov. Instructions to Offerors: Offerors shall submit by e-mail: (1)A complete proposal using pricing schedule (see Attachment B). Failure to fully complete the provided pricing schedule will cause an offerors proposal to be deemed nonresponsive. Proposals are due by 20 September 2012, 4:00 p.m. MST and must be emailed to natalia.lerma.civ@mail.mil. Questions or concerns shall be directed to Natalia Lerma, Contract Specialist, via e-mail to natalia.lerma.civ@mail.mil no later than 18 September 2012, 09:00 a.m. MST. Offers will be evaluated in accordance with 52.212-2 Evaluation - - Commercial Items (a) The Government will award one contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to be the lowest price technically acceptable (LPTA) proposal with acceptable past performance. The following factors shall be used to evaluate offers: (1) Price; (2) Technical capability of the items to meet the Government requirement; (3) Past Performance. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2986a99149aa07ad4e683599643acec4)
 
Place of Performance
Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02892562-W 20120922/120921002624-2986a99149aa07ad4e683599643acec4 (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.