SOLICITATION NOTICE
70 -- DELL PRECISION WORKSTATION
- Notice Date
- 7/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002841530001000
- Archive Date
- 8/16/2014
- Point of Contact
- Shevonn Moore, Phone: 951-413-2634
- E-Mail Address
-
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION DELL PRECISION R7610 RACKMOUNT WORKSTATION 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; quotes are being requested and a written solicitation will not be issued. a. Solicitation Number HQ002841530001000 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-75, effective 24 June 2014 and DFARS Change Notice 20140624. c. This procurement is a brand name or equal requirement, associated with NAICS Code 334111, and small business size employees 1000. d. Item Description: THESE ITEMS ARE BRAND NAME OR EQUAL. FILL IN ALL UNIT PRICE AND TOTALS. FREIGHT SHALL BE ABSORBED INTO EACH LINE ITEM PRICE. 100% SMALL BUSINESS SET ASIDE SALIENT CHARACTERISTICS(14 EA - Dell Precision R7610 Rack Workstation or equivalent): • 19 inch equipment EIA rack mountable • 2 rack units in height (max 3.50 inches) • Memory: 8GB (4x2GB) 1600MHz DDR3 ECC or better • CPU: Intel Xeon E5-2609 (Quad Core, 2.40GHz, 10MB, 6.4 GT/s) or better • Card slots (minimum of): (qty 1) PCIe x16, (qty 1) PCI 32-bit • 1st Hard drive: 500GB SATA (7,200 RPM) or better • 2nd Hard drive: 500GB SATA (7,200 RPM) or better • RAID 1 • Keep Your Hard Drive • Graphics: 512MB NVIDIA Quadro NVS 310 or better • Graphics adapter: (qty 2) DisplayPort to DVI adapters • OS: Windows 7 Professional, 64-bit • 8x Slimline DVD+/-RW Drive or better • Dual / redundant power supply, minimum 1000W for US power • Rack mount sliding rails with cable management • US English (QWERTY) USB keyboard • 3 button wheel USB Optical Mouse • CONUS 7x24 technical support - 3 year • Warranty - CONUS next business day onsite service after remote diagnosis - 3 year • No Monitor • No external speaker ITEM DESCRIPTION: CLIN 0001: 14EA, DELL PRECISION R7610 RACKMOUNT WORKSTATION 14EA @ _____________ = $________________ e. Delivery and acceptance will be made at: NAVAL MEDIA CENTER 8345 E BEECHCRAFT AVE GAITHERSBURG MD 20879-5000 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAY 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2014) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JUNE 2014) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2014) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System For Award Management) (FEB 2014) DFARS 252.204-7012 (Safeguarding of Unclassified Controlled Technical Information) (NOV 2013) DFARS 252.209-7993 - REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) j. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 01 AUGUST 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ Shevonn.Moore@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9faa2824b4a4fab78acdf486c8212426)
- Place of Performance
- Address: NAVAL MEDIA CENTER, 8345 E BEECHCRAFT AVE, GAITHERSBURG, Maryland, 20879-5000, United States
- Zip Code: 20879-5000
- Zip Code: 20879-5000
- Record
- SN03412190-W 20140703/140702003155-9faa2824b4a4fab78acdf486c8212426 (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 |