Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2002 FBO #0067
SOLICITATION NOTICE

70 -- Assembled Unit Mounted in 1I Chassis

Notice Date
2/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-02-Q-80032
 
Response Due
2/15/2002
 
Archive Date
3/17/2002
 
Point of Contact
Point of Contact - Carolyn Lovett, Contract Specialist, 617/494-2025
 
E-Mail Address
Email your questions to Contract Specialist
(lovett@volpe.dot.gov)
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart FAR 12.6, as supplemented with additional information included in this notice. This procurement is being conducted in accordance with Federal Acquisition Regulation Subpart 13.5 ? Test Program for Certain Commercial Items. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement to procure computers for use in a highly specialized environment supporting several Federal Aviation Administration (FAA) programs/systems, including the Advanc ed Traffic Management System (ATMS), the Collaborative Decision Making (CDM) program, and the Integrated Terminal Weather System (ITWS). Group. These systems must display extremely high-reliability and stability. The specifications contained in the solicitation are on proven component performance, stability and compatibility. Brand names have been used only where deemed essential. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. Solicitation No. DTRS57-02-Q-80032 is issued as a request for quotation (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 01-03. This solicitation is not a small business set-a-side; however, small businesses are en couraged to submit quotations, the North American Industry Classification System (NAICS) code is 443120, and the small business size 6.5 million dollars. The Government intends to purchase on a firm fixed-price basis. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government rights under the inspection clause, nor does it limit the Government rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall commence upon the Government?s final acceptance of the deliverables listed in this solicitation. Offerors shall include the following information in a written bid: CLIN 0001 - Not Separately Priced; CLIN 0001 is made up of CLIN0001AA and CLIN0001AB. CLIN 0001AB consists of 29 units assembled to the same specification as CLIN 0001AA. The vendor shall provide the Government with one (1) assembled test unit (CLIN 0001AA) made to the following specification, with SUSE Linux 7.3 professional installed, and partitioned to the specification of the buyer. The Government will further configure the test unit, then supply the vendor with an image to be installed on the 29 units which make up CLIN 0001AB; CLIN 0001AA- Unit price $ _______ for one (1) Assembled unit mounted in 1U Chassis ? The assembled unit shall be made up of the following compo nents, mounted in a 1U chassis, and burned in and tested prior to delivery. This unit should operate within normal temperature ranges in a high-density environment, assuming typical data center ventilation and cooling: (a) Pentium-III 1GHz EB FC-PGA GPU 256/133, (b) Tyan Thunder LE S2510NG Motherboard, (c) Alpha 1U PAL15U heatsink/fan, (d) 512 Mb, ATP Electronics CL3 PC133 complaint ECC Registered SDRAM ? must be qualified by the motherboard manufacturer for use with the Tyan S2510NG Motherboard, (e) 1U Long (24.4 inch) Rack Mount/250w Power Supply, (f) Western Digital 100GB Hard Drive, WD1000BB, (g) 1.44 MB Slim Floppy Drive, (h) Slim CD-ROM, Mitsumi, Black SR24. CLIN 0001AB ? Unit price $ _______ for twenty nine (29) Assembled units mounted in 1U Chassis (same specifications as C LIN 0001AA); CLIN 0002 - Unit price $_______ for two (2) 77 inch 44U Rack Enclosure; CLIN 0003 - Unit price $________ for two (2) Caster Base for Rack Enclosure; CLIN 0004 - Unit price $_______ for four (4) Assembled Units ? Each assembled unit shall consist of the following components, mounted in a 2U Chassis. The Government will provide a master image to be loaded on these units. The vendor shall load, burn-in and test each unit prior to delivery. These units should operate within normal temperature ranges in a high-density environment, assuming typical data center ventilation and cooling: (a) Two (2) Pentium-III 1GHz EB FC-PGA CPU 256/133, (b) Two (2) Alpha 2U PAL6035MUC-63K heatsink/fan, (c) Tyan Thunder LE S2510NG Motherboard, (d) 1 Gbyte, ATP Electronics CL3 PC133 compliant ECC R egistered SDRAM must be qualified by the motherboard manufacturer for use with the Tyan S2510NG Motherboard, (e) 2U Rack Mount Case with dual redundant 300W Power Supplies, quick-release drive bays and hot-swap capable. (f) 3Ware Escalade 6410 IDE 4-channel RAID controller (Linux compatible), (g) Two (2) Western Digital 100 GB Hard Drives, WD1000BB, (h) 3.5 inch 1.44MB Floppy Drive, and (i) Mitsumi 16x8x40 IDE CD-RW; CLIN 0005 ? Unit price $ ______ for six (6) WD1000BB ? Western Digital 100GB Hard Drive (extras); CLIN 0006 ? Unit price $ ______ for one (1) Viewsonic P225F 22 inch Monitor; CLIN 0007 ? Unit price $ ______ for one (1) MS Intellimouse PS2; CLIN 0008 ? Unit price $ _______ for one (1) Mitsumi 104 Key PS2 Keyboard; CLIN 0009 ? Unit price $ ______ for three (3) Belkin 16 por t PS2 electronic KVM switchbox with on screen display; CLIN 0010 ? Unit price $ _______ for forty (40) Cable Sets for KVM Switchbox; CLIN 0011 ? Unit price $ _______ for three (3) Rack kits for KVM Switchbox; CLIN 0012 ? Unit price $ _______ for four (4) Assembled PCs consisting of the following components and tested prior to delivery. The Government will supply the motherboards to be used in these systems. These P-III motherboards are manufactured by Intel and use the BX-440 chipset: (a) Chen-Ming ATX601AE case with 300W Power Supply (b) Mitsumi 16x8x40 IDE CD-RW (c) 3.5 inch 1.44MB Floppy Drive FDD, (d) 3COM 10/100 PCI with Wake-up, 3C-905CX-TXM, (e) Pentium-III 850E SECC2 CPU 256K, (f) Two (2) each of 256MEG PC100 CL2, (g) Western Digital 100GB Hard Drive, WD1000BB, (h) 64 MEG DDR N vidia chipset, GeForce-2 GTS Video Card, (i) Mitsumi 104 Key PS2 Keyboard, (j) MS Intellimouse PS2, (k) SuSE Linux 7.3 Professional Installed; CLIN 0013 ? Unit price $ ________ for two (2) Viewsonic P95F 19 inch Flat Monitor; CLIN 0014 ? Unit price $ ________ for four (4) Assembled PCs and Monitors ? Each assembled PC shall consist of the following components and tested prior to delivery: (a) Chen-Ming ATX601AE case with AMD approved 460W power supply, (b) Two (2) Athlon MP 1900+ 1.60GhZ, and AMD approved heatsink/fan combo, (c) Tyan Tiger-MP S2460 Dual Athlon motherboard, (d) 512 MB, ECC Registered DDR SDRAM ? must be qualified by the motherboard manufacturer for use with the Tyan S2460 Motherboard, (e) Western Digital 100GB Hard Drive, WD1000BB, (f) 3.5 inch 1.44MB Floppy Drive, (g) 22 inch Viewsonic Monitor P225F, (h) 64 MEG DDR Nvidia chipset, GE FORCE 2 GTS Video Card, (i) Mitsumi 104 Key PS2 Keyboard, (j) SuSE Linux 7.3 Professional Installed, (k) Windows 98 SE installed on one (1) of the 4 PCs from this line item (This machine is to be set up as a dual boot machine. The dual boot system should have SuSE Linux 7.3, bootable from a floppy drive, and the master drive should boot directly to Windows 98 SE if the boot floppy is not present. In other words: No LILO.), (l) MS Intellimouse PS2, (m) Mitsumi 16x8x40 IDE CD-RW, (n) 3COM 10/100 PCI with Wake-up, 3C905CX-TXM, (o) Iomega Internal 250 MB IDE Zip Kit; CLIN 0015 ? Unit price $ _______ for eight (8) Assembled Units identical to CLIN 0001AB except that each unit contains 2 Western Digital 100 GB, WD1000BB hard drives, and additional heat sinks, as necessary. The total price for CLINS 0001 ? 0015 of $________ accompanied by any discount terms. All items being procured must be new. Delivery shall be FOB Destination within _______ calendar days from the date of the contract award. Partial shipments are allowed. The contractor shall be responsible for the preparation of all necessary manifests and/or bills of lading. Delivery shall be made to: DOT/RSPA/VOLPE Center, 125 Monroe Street, Cambridge, MA 02142 Attn: Leonard Kurzweil, DTS-56. Solicitation provision FAR 52.212-1, Instruction to Offerors ? Commercial Items (Oct 2000) is hereby incorporated by reference; submit signed and dated proposal to the office specified in this solicitation at or before the exact time specified in this solicitation. Solicitation provision FAR 52.212-2, Evaluation ? Commercial Items (JAN 1999) applies to this acquisition as follows: (1) Technical Acceptability/Capability: Offerors must provide the specified part numbers listed above. Where part numbers are not specified, the parts proposed must demonstrate the offeror?s understanding of configuring highly-reliable systems to run in a high density, typical data center environment. In addition, the offeror must demonstrate expertise in assembling and configuring Linux-based systems; (2) Support Capability: The successful implementation of these systems require the Offeror to have support staff in the proximity (within one hour drive) of the Volpe Center, and must be able to provide: (a) timely (one hour response during normal business hours) telepho ne technical support for resolving hardware/software compatibility issues; (b) next day replacement (excluding Sunday) of faulty components; and (c) a warranty which includes at least three years of free labor for repairing/replacing faulty components; (3) Past Performance: Provide three references with similar work was performed; and (4) Price. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification ? Commercial Items (DEC 2001), with their quotation. FAR Clause 52.212-4, Contract Terms and Conditions (DEC 2001) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders ? Commercial Items (DEC 2001) is hereby incorporated by reference; a dditional clauses cited in 52-215-5 that apply to this acquisition are: 52.203-6; 52-219-3; 52-219-4; 52-219-9; 52.219-9; 52.219-14; 52,219-23; 52.219-25; 52.222-35 and 52.222-36. Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal is technically acceptable, and offers the best value to the Government in terms of support capability, past performance and price. For purposes of this evaluation, support capability, past performance and price are considered equal in terms of relative importance. Technical acceptability will be determined on a pass/fail basis. Two copies of each original proposal must be delivered to the U.S. Department of Transportation, Volpe National Transportation Systems Center, ATTN: Ms. Carolyn Lovett, Contrac t Specialist, DTS-853, 55 Broadway, Building 4, Room 2101, Kendall Square, Cambridge, MA 02142 no later then 1:00 P. M., EST on 02/15/2002. The package must be marked RFQ: DTRS57-02-Q-80032. This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short - term working capital assistance for transportation - related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms co ncerning the STLP, please call the OSDBU at (800) 532-1169. For information concerning the acquisition, contract the contracting official listed above.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN20020207/00022740-020205213144-W (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.