Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOURCES SOUGHT

70 -- M21570-18-SU-00262-Laptops

Notice Date
8/14/2018
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M21570-18-SU-00262-Laptops
 
Archive Date
9/4/2018
 
Point of Contact
Conor V. Harrigan, Phone: 7607639797, Diana Lynch-Maldonado, Phone: 7607253313
 
E-Mail Address
conor.harrigan@usmc.mil, Diana.Lynch-Maldona@usmc.mil
(conor.harrigan@usmc.mil, Diana.Lynch-Maldona@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS The US Marine Corps Regional Contracting Office MCI-West is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Laptops. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334111 - Electronic Computer Manufacturing. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to supply the items (see below specifications), please provide the following information: 1. The vendor shall state up front whether there are considered a small or large business under the above identified NAICS. 2. Vendor Information: a. Point of Contact information b. Website c. Number of employees, d. Office locations, e. Data Universal Numbering System (DUNS) number, f. Commercial and Government Entity (CAGE) code; 3. Indicate whether your company has an active General Services Administration (GSA) contract that covers/provides GSA pricing for these services outlined in the attached PWS. If the answer is yes, include a copy of the GSA contract along with your response to this RFI. 4. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to provide the supplies are invited to submit a response to this Sources Sought Notice (information only) by 20 August 2018. All responses under this Sources Sought Notice must be emailed to both conor.harrigan@usmc.mil and diana.lynch-maldona@usmc.mil. REMINDER: Contractors interested in doing business with the government must be registered in the System for Award Management (SAM) database. Information on registering in SAM may be obtained from www.sam.gov or calling 866-606-8220. Contractors shall agree to implement the Department of Defense (DoD) web-based application (WAWF/iRAPT). Information on registering in WAWF/iRAPT may be obtained from https://wawf.eb.mil/xhtml/unauth/registration/notice.xhtml or calling 866-618-5988. Requirements: Ruggedized/Toughbook Laptops Quantity: 08 Minimum Specifications: • Processor: IntelR CoreT i7-6600U (4M Cache, 2.60 GHz, Intel R HD Graphics 520) • OS: Windows 10 Pro 64bit • Memory: 16GB (2x8GB) 2133Mhz DDR4 Memory • Storage: 256GB Solid State Hard Drive • IntelR Dual-Band Wireless-AC 8260 Wi-Fi + BT 4.2 Wireless Card • Power: 9-cell (97Wh) Lithium Ion battery. Hot-swap bridge battery capable • Ruggedized to MIL-STD-810G, IP52 standards: 3' Transit drop, able to withstand blowing dust, vibration, functional shock, humidity, altitude, and thermal extremes. Dust-protected, and protected against dripping water when tilted up to 15°. • Thermal range: -20°F to 140°F (-29°C to 60°C); Non-operating range: -60°F to 160°F (-51°C to 71°C) • 14.0" display with up to FHD resolution and glove-capable touchscreen. • Size/Weight: Not to exceed 14" x 11.5" x 2" and 6.5 lbs. High Performance Laptops Quantity: 12 Minimum Specifications:: • Processor: IntelR CoreT i7-6600U (Quad Core 2.90GHz, 3.90GHz Turbo, 8MB 45W, w/Intel HD Graphics 630) • OS: Windows 10 Pro 64bit • Memory: 16GB, DDR4-2400MHz SDRAM • Storage: 256GB 2.5" 7mm SATA Solid State Drive Class 20 • Wireless 1820 Card (802.11AC Dual-Band Wi-Fi + Bluetooth 4.2), 2x2 • Power: 3-cell (56Wh) Lithium Ion battery • Ruggedized to MIL-STD-810G, IP52 standards: 3' Transit drop, able to withstand blowing dust, vibration, functional shock, humidity, altitude, and thermal extremes. Dust-protected, and protected against dripping water when tilted up to 15°. • Thermal range: -20°F to 140°F (-29°C to 60°C); Non-operating range: -60°F to 160°F (-51°C to 71°C) • NLT 15" UHD IGZO (3840x2160) touchscreen capable wide view LED-backlit; able to meet 100% Minimum Adobe color gamut • Size/Weight: Not to exceed 15" x 10" x 1" and 4 lbs. Delivery: 30 Days ADC FOB: Destination Location: Camp Pendleton, CA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M21570-18-SU-00262-Laptops/listing.html)
 
Place of Performance
Address: Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN05035388-W 20180816/180814230952-35653a223f8545eb24cf32ad83003212 (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.