SOLICITATION NOTICE
99 -- Bittware - Synopsis/Solicitation
- Notice Date
- 3/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- RFQ0005589
- Archive Date
- 4/20/2018
- Point of Contact
- Kelli Parker, Phone: 7039856510
- E-Mail Address
-
knparker@fbi.gov
(knparker@fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis/Solicitation RFQ0005589 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice in using FAR Part 13. The solicitation number is RFQ0005589 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210. The Federal Bureau of Investigation requests open market pricing for brand name or equal products listed below. The brand name for "Xilinx". If these descriptive(s) are not included in the submitted quote, the quote could be considered "unresponsive." CLIN# MFR Part # Manufacturer Description Qty 0001 XUPPL4-001 Bittware Bittware Low-Profile Xilinx FPGA board with 2x4GB DDR4 SDRAM banks 4 0002 ED-BW2TK-LNX Bittware Electronic Download of BittWorks II Toolkit for Linux 1 0003 MX3-00112 Microsoft MSDN Visual Studio Enterprise, Standard Subscription for Developers 2 0004 WS-3P-SSS-F VMWare VMWare Workstation 14 Pro for Linux and Windows, ESD Federal 10 0005 WS-3P-SSS-F VMWare VMWare FED prod SNS Workstation 3YR for 3YR 10 0006 300067059 Advanced Installer Enterprise Edition, per developer license, 6 month support 1 0007 DPO5045B Tektronix Tektronix Oscilloscope Digital Phosphor, 500 MHz, 5GS/s 25M Record Length, 4ch, Certificate of Traceable Calibration Standard 1 0008 NEX-HD2HEADER Tektronix Tektronix Micro-to-header pin adapter for digital oscilloscope 1 0009 X11DPL-i SuperMicro SuperMico X11DP-1 Scoket P-LGA 3647 Server Motherboard 2 0010 X11Dai-N SuperMicro SuperMicro X11PDL-N Dual Socket P-LGA 3647 Server Motherboard 4 0011 S2600STQ Intel Intel Server board 4 0012 WSC621ESAGE ASUS Dual Xeon Scalable E-ATX Motherboard 2 0013 AXXRMM4LITE2 Intel Intel Accessory Remote Management Module 4 Lite 4 0014 AXXTPMENC8 Intel Intel Trusted Platform 10 0015 CD8067303406500 Intel Intel Xeon Platinum 8158 CPU-12C, 3.0/3.7GHz,24.75MB cache 2 0016 CD8067303592700 Intel Intel Xeon gold 6154 CPU-18C, 3.0/3.7GHz, 24.75MB 10 0017 CD8067303657201 Intel Intel Xeon gold 6146 CPU-12C, 3.2/4.2GHz, 24.75MB cache 12 0018 SNK-P0070APS4 SuperMico SuperMicro LGA 3647 4U active CPU heatsink 24 0019 M393A4K40BB2-CTD Samsung DDR4-2666 32GB/2Gx4 ECC/REG CL19 Server Memory 24 0020 CMSX32GX4M2A3000 COSIAR Vengenance 32GB (2x16GB) DDR4 3000MHz SODIMM 8 0021 ROG-STRIX-GTX1080T ASUS Nvidia GeForce GTX 1080 Ti Video Card 8 0022 04G-P4-6253-KR EVGA NVIDA GeForce GTX 1050 Ti SC GAMING 4GB GGDR5 DVI/HDMI/3 display Port PCI-Express 10 0023 SSDPEKKW010T7X1 Intel Intel SSD 600P M.280mm 1TB PCI express 3.04x4 3D1 16 0024 MZ-V6P2T0BW Samsung Samsung SSD Pro Bare 8 0025 MZ-7KE2T0BW Samsung Samsung 2TB 850 Pro SATA6GB 2.5 8901, Internal solid State Drive 5 0026 MU-PA2T0B/AM Samsung Samsung 2TB T5 Portable Solid-State Drive (Black) 3 0027 SDDDC02-32GB SanDisk SanDisk Dual USB 3.1 32GB Flash Drive 20 0028 SDDDC2-256GB SanDisk SanDisk Dual USB 3.1 256GB Flash Drive 10 0029 WD8003FRYZ Western Digital Western Digital WD 8TB Gold SATA 6GB/S7200 RPM 128MB 3.5 inch 40 0030 FTLC9551REPM Finisar 100GBASE-SR4 100M QSF28 Optical Transceiver 8 0031 332-1829 Dell Dell Compatible 130 Slim Power Adapter 4 0032 APCRBC124 APC UPS Replacement Battery 8 0033 APCRBC109 APC UPS Replacement Battery 6 0034 RBC57 APC UPS Replacement Battery 4 0035 APCRBC140 APC UPS Replacement Battery 2 0036 M393A2K40BB2-CTD Samsung DDR4-2666 15GB/2Gx4 ECC/REG Cl19 Server Memory 72 0037 Shipping Costs 1 Shipping: All deliveries under this order shall be FOB destination. Delivery Requirement All items will be shipped to: Federal Bureau of Investigation Engineering Research Facility Bldg 27958-A Quantico, VA 22135 **Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions may be submitted to the attention of Kelli Parker at knparker@fbi.gov, no later than Thursday, April 5, 2018 at 10:00 AM (Eastern). 1. New Equipment only will be accepted for this procurement. 2. Quote must be valid for 30 days from closing of posting. 3. Delivery must be made within 30 days or less after Receipt of Order (ARO). The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instruction 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/. Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability - Solicitation (DEVIATION 2015-02) (March 2015) (a) None of the funds made available by the Department's current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation - (1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By submitting a response to this solicitation, the offeror represents that, as of the date of this offer - (1) the offeror is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, (2) the offeror is not a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Provision) Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse- Solicitation (DEVIATION 2015-02) (March 2015) None of the funds appropriated to the Department under its current Appropriations Act may be used to enter into a contract, grant, or cooperative agreement with an entity that requires employees or contractors of such entity seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. By submitting a response to this solicitation, the contractor certifies that it does not require employees or contractors of the contractor seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting waste, fraud, and abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) Quotes Quotes must be received by Thursday, April 5, 2018 at 2:00 PM (Eastern). Quotation/offer and any accompanying information may be e-mailed to knparker@fbi.gov. Offers must be valid for 30 calendar days after submission. Please include in your quote: pricing and product description for each line item listed above. Quote may be sent via your company's standard quotation form but must include the following information: Tax ID #, DUNS #, Point of Contact with Email and telephone information. Evaluation Factors: Award will be made to the lowest price/technically acceptable offeror. SAM Requirement Note: Ensure your firm is registered in System for Award Management (SAM) - All vendors must be registered in SAM, effective July 29, 2012, to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM Data, the information contained in SAM may override our current information. Please ensure that your company's SAM information is updated and accurate. This includes: TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization. FBI Procurement Risk Assessment (PRA): In addition, the required piece of equipment/software is considered a critical asset. Prior to award, the intended awardee will be required to submit documentation to include Acquisition Risk Questions and a Key Personnel Listing. Once this information has been received it is anticipated that it will be 30-120 days before the delivery order is awarded.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ0005589/listing.html)
- Place of Performance
- Address: Quantico, Virginia, 22135, United States
- Zip Code: 22135
- Zip Code: 22135
- Record
- SN04873606-W 20180401/180330231024-85dc1f0a58a54ac089fbcf93ddfd348f (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 |