Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
MODIFICATION

70 -- Automated Data Processing Equipment

Notice Date
9/14/2005
 
Notice Type
Modification
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017805Q3051
 
Response Due
9/20/2005
 
Archive Date
11/15/2005
 
Point of Contact
XDS13-7 540-653-7765 XDS13-7 540-653-7765
 
Description
This is a modification to a synopsis/solicitation for 14 computer workstations that was originally posted on 9 August 2005. This synopsis cancels and supersedes the original synopsis. This modification extends the vendor quotation closing date to 20 September 2005 at 2:00PM EST in response to RFQ N00178-05-Q-3051. This modified synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.eps.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at http://neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures in accordance with FAR 13, 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. The North American Industry Classification System (NAICS) Code is 334111, with a size standard of 1000. The Request for Quote reference number is N00178-05-Q-3051. The Naval Surface Warfare Center, Dahlgren Division intends to purchase 14 EACH Computer Workstations that meet the minimum salient characteristics, brand name or equal: Processor(s): (AMD) Athlon 64X2 4800+; Video Adapter: (2) NVIDIA GeForce 7800 GTX in SLI PCI-E, 256MB; RAIDS Controller: Disk Array 1 set to RAID O Stripe; Disk Array 1, Hard Disk Drive: (2) (Western Digital) 74GB SATA, 10,000RPM, Raptor; Disk Array 2, Hard Disk Drive: SATA 200GB, 7,200RPM; System Memory: 2GB (2x1GB) 184-Pin DDR SDRAM Unbuffered DDR 400 (PC3200) Dual Channel Memory, timing 2-3-2-5; System Warranty & Coverage: 3 Years Parts & Labor, 1 Year on-site service and 24/7 tech suppo rt; Case and Color: Black Aluminum, Extended ATX Tower, aluminum wheels; Ultra Quiet SureCool System; Processor Cooler(s): (Thermaltake) Air Copper Venus 12; Power Supply: ENERMAX EG651AX-VH EPS12V 550 Watts; Motherboard: (Asus) A8N-SLI Premium nFORCE 4 Ultra SLI motherboard; Operating System: Microsoft Windows XP (Professional); CD/DVD Disk Drives: (2) Plextor Black 16X DVD+/-RW (PX-716A) Dual Layer; Floppy/Flash Drive 1: (Mitsumi) Floppy/FlashMedia Reader, 1.44MB, 3 ? inches; Sound Adapter: (Creative Labs) Sound Blaster Audigy2 ZS Platinum Pro; Speakers: Creative Gigaworks S750; Keyboard & Mouse: (Logitech) Cordless Desktop MX3100; Accessories: D-Link DCS-6620G WebCam; Network Adapters: (2) 10/100/1000MBps Gigabit Ethernet Network Adapters; Installation: On-Site installation and setup; Documentation: All manufacturers manuals, CDs, cable and accessories provided; Delivery: All units to be delivered and installed within four (4) weeks after receipt of order (ARO) (partial! deliveries will be accepted); Performance: Delivered units must achieve a minimum score of 10,000 on Futuremarks 3DMARK 05 benchmark (default setting). After delivery, Government will randomly select a machine for certification benchmark testing. If tested unit fails, all units will be returned to company; Quality Assurance Plan: Vendor will submit its QA plan with quotation. QA Plan will describe inspection & testing procedures performed on units. The following four (4) system specifications are option items which the Government may exercise up to 60 days after award. System Utilities: Microsoft Office 2003 Pro with SP1; Monitors: SAMSUNG 243T-Silver 24 inch LCD monitor; Power Protection: APC Performance PF11VT3 11 Outlets SurgeArrest; Software: Microsoft Office Visio Standard 2003, MyDVD Studio Deluxe Suite 6.1. All items must include the manufacturers standard commercial warranty and the description of the warranty terms and conditions must be identified in the offerors quotation. The solicitation document and incorporated provisi ons and clauses are those in effect through Federal Acquisition Circular 2005-05, dated 27 July 2005, and DFARS Change Notice 20050726. FAR and DFARS provisions and clauses may be accessed at http://farsite.hill.af.mil. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their quotes. The following FAR and DFAR provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commerical Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2005) (Deviation), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, subparagraphs (a), (b)(252.232-7003), (b)(252.247-7023) (b)(252.247-7024) and (c) DFARS 252.204-7004, Required Central Contractor Registration Alternate A, and DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country also apply to this acquisition. The Defense Priority and Allocation System (DPAS) rating is DO-14. The Government will award a contract to the responsible offeror whose offer conforms to this RFQ and is determined to be the most advantageous to the Government. This acquisition will be a Firm Fixed Priced contract. Offerors must be determined to be responsible in accordance with FAR 9.104-1, and must be registered in the Central Contractor Registration (CCR). Offerors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. All items are to be priced FOB Destination. Delivery and acceptance will take place at Dahlgren, Virginia. Offerors shall include a legible copy of any applicable terms and conditions with their o ffer. No other changes to the synopsis/solicitation are applicable. The closing date for this announcement is 20 September 2005 at 2:00PM EST. Anticipated award date is 28 September 2005. All responsible Offerors may submit their quotations via e-mail in Microsoft Word format to XDS13@nswc.navy.mil, or FAX to (540) 653-6810 Attn: XDS13-7, or by mail to: Naval Surface Warfare Center, Dahlgren Division, Bldg 183, Room 106, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. Please reference RFQ N00178-05-Q-3051. The Naval Surface Warfare Center, Dahlgren Division, has implemented Electronic Commerce (EC) in the acquisition area, therefore this combined synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm. Hard copies will not be provided. Vendors should regularly access the NSWCDD website to ensure they have downloaded any and all amendments
 
Record
SN00895309-W 20050916/050914212754 (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.