Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2020 SAM #6772
SOLICITATION NOTICE

70 -- FORENSIC WORKSTATIONS

Notice Date
6/12/2020 4:09:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM20Q0082
 
Response Due
6/25/2020 9:00:00 AM
 
Archive Date
07/10/2020
 
Point of Contact
Tracie Hardy
 
E-Mail Address
hardytn@state.gov
(hardytn@state.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). The solicitation number is 19AQMM20Q0082. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. (iv) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 334111. The small business size standard is 1,250 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of issue CLIN 001 � Fully Functional Forensic Workstations; Quantity 18; Unit of Issue: EA (vi) Description of requirements: The Government intends to validate the below stated performance benchmarks by conducting in-house testing of minimally qualified workstations.� Bidders are required to deliver one (1) fully functional demo workstation with all the requirements and specifications at time of proposal. Hard drives will not be returned per Government regulations. The contractor shall provide Forensic Workstations that meet or exceed the following specifications: Include Windows 10 pre-loaded, and shall be operable within Windows 7, 8, and 10 environments. Install OS onto an internal 1TB M.2 SSD Install Operating Systems (OS) onto an internal 1TB M.2 SSD Memory � Not less than 128 GB of DDR4 RAM Processor � Meet or exceed (2)� 22 � Core Server-grade Processors Run the following software without incident: Guidance Software's Endpoint Investigator v8, Access Data's FTK v6.10 and Nuix Investigator Lab. Verify Guidance Software's EnCase E01 or EX01 files for 1tb of data in less than 24 hours in each of the three listed pieces of software. Index 1TB of data in less than 36 hours in each of the 3 listed pieces of software (Specifications #6). Process a keyword list of 10 keywords on 1 TB of data in less than 24 hours. Accurately carve data files from unallocated space. Display graphics (JPG, BMP, GIF, TIFF, PSD, HEVC, HEIC, etc.) from allocated space within the listed software's Gallery views without crashing the program or causing buffering delays. Create back up case files using the listed software at regular intervals while running a keyword search without causing a program crash. Include a minimum of 8 front loading drive bays, at least 4 of which can be converted for use with 3.5� or 2.5� drives. Include 8 � 4 TB 2.5� SATA III SSD (Meets or exceeds 550MB/s Seq. Read, 520MB/s Seq. Write Include a DVD-/+RW or Blue Ray Drive. Include Dual Graphics Cards with not less than 11GB GDDR5 (or newer standard) RAM each, supporting DVI-D or HDMI display output. GPU shall be of a type supported by Passware password cracking software (i.e. NVIDIA or AMD GPU).�� Include a sound card and internal speaker. Include a minimum of 4 - front-facing 3.0 USB (or newer) ports. Include 10GB NIC dual port copper. Include RAID controller card capable of supporting 8 - drives and RAID configurations 0, 1, 5 and 10. Warranty shall include Onsite (i.e. Government-site at Arlington VA) response time of Next Business Day. Warranty shall include a minimum of two years of coverage after Government Acceptance. Warranty coverage shall not require the return of hard drives; the Government will not return hard drives after Government Acceptance. (vii) Delivery is required by 09/30/2020.� Delivery shall be made to 1400 Wilson Boulevard, Arlington, VA 22209. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered.� The following factors shall be used to evaluate offers:� Technical, Past Performance and Price.� The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation.� Bidders are required to deliver one (1) fully functional demo workstation with all the requirements and specifications at time of proposal. The Technical element of the evaluation shall be based solely on information furnished by the vendor.� The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement.� If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.� Past performance will be evaluated based on information found in the Contractor Performance Assessment Reporting System (CPARS). Price will be evaluated based on the total proposed price. Technical and past performance are of equal importance and when combined are significantly more important than price.� The Government reserves the right to award to other than the lowest price and to award without discussions.� Responsibility Determination Before award, the Government will determine contractor responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1, including: adequate financial resources or the ability to obtain them; ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments; satisfactory record of integrity and business ethics; necessary organization, experience, and skills or the ability to obtain them; necessary equipment and facilities or the ability to obtain them; and be otherwise qualified and eligible to receive an award under applicable laws and regulations. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 ALT I, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.223-18, 52.225-1, 52.232-33, 52.247-64, 52.237-11. The full text of a clause may be accessed electronically at this/these address: https://www.acquisition.gov/ (xiii) The following additional contract requirement(s) or terms and conditions apply: N/A (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NOT APPLICABLE (xv) Offers are due on 06/25/2020, by 12:00 Noon Eastern Time as follows: 1. Demo Workstation ONLY shall be shipped to: Tracie Hardy - Contracting Officer RFQ#: 19AQMM20Q0082 1st Floor 1400 Wilson Boulevard Arlington, VA 22209 2. Price Proposal ONLY shall be submitted via email to hardytn@state.gov. NOTE: �Due to COVID-19, personnel are working remotely; therefore, delivery coordination is required to ensure someone is in the office to receive shipment.� Please provide tracking information to hardytn@state.gov. (xvi) For information regarding this solicitation, please contact Tracie Hardy at hardytn@state.gov. Questions must be submitted by 06/02/2020 to be answered prior to the offer due date. Only the Contracting Officer may be contacted regarding this solicitation. If communication concerning this solicitation occurs with any other Government personnel (or Contractor support personnel), the offeror making such contact may be excluded from award consideration.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ac93a72038446f6becb5f9d8cdba344/view)
 
Record
SN05689075-F 20200614/200612230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.