Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

70 -- ADP HARDWARE

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017806R2006
 
Response Due
11/28/2005
 
Archive Date
2/15/2006
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.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 in unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. 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. Simplified Acquisition Procedures will be used. The Naval Surface Warfare Center, Dahlgren Division, intends to procure items, which will be used to upgrade the Aegis Simulation systems. At this point in time the only known qualified integrators are Infinity Computers 1410 Carl D. Sliver Parkway Fredericksburg, VA 22401-4922 and New Tech Solutions 43128 Christy Street, Fremont, CA 94538-6314. All other offers must be able to establish proven integration of these items. Any vendor not previously used before for A-STATS systems will need to provide a Contract Bid Sample within 10 calendar days of the date of synopsis and provide the government 10 calendar days to perform compatibility testing. The vendor shall keep current with the computer market and provide "no cost" test items to the government for any required replacements due to obsolete product lines for the duration of the contract. The test items will be returned to the vendor at the completion of testing. Additionally, the offeror must be deemed technically acceptable and offer the lowest price, including option quantities. To be considered technically acceptable the contractor must be a proven integrator of items in section B; able to meet the del ivery schedule; and be evaluated as responsible. Items intended to be procured in the Base contract are as follows: Item No. 0001: Quantity 20, New Configuration Systems each integrated with the following components: Intel Pentium 4 3.6GHz (Intel Processor Number 660) w/2MB Cache 800 MHz FSB CPU, ASUS P5P800 DLX Intel LGA775 Processor Support with 865PE Chipset ATX Form Factor Motherboard, 4U 2400 RM CASE NOPS ENLIGHT RM, 20IN RM RAILS 2400 ENLIGHT RM, 600W P4 ATX PS AMD TOPOWER, (4 ea) 512MB PC3200 400 MHz DDR DIMM Memory - (Quantity 4 for a total of 2 GB RAM per CPU), Adaptec ANA-64044LV Quad NIC, Jaton MX4000 64MB Dual RGB AGP, 160GB 7200 Western Digital SATA HDD , Storcase Black DE110 SATA frame/carrier, Samsung Black 16X/48X DVD-ROM, Teac Black Floppy drive 1.44MB, Iomega Black Zip Drive 250MB, Windows XP Pro (Installed with Microsoft license label attached to CPU), depot 1Yr Parts/ 1Yr Labor Warranty. Item No. 0002: Quantity 10, Magma 12 slot expansion PCI13R with Magma 18 inch Rack Slide Kit. Item No. 0003: Quantity 5, Viewsonic LCD 19 inch Flat Panel Monitor, Black (or silver with black) Item No. 0004: Quantity 20, 160GB SATA 7200 RPM WD HDD Item No. 0005: Quantity 20, DE110 SATA BLK CARR STORCASE Item No. 0006: Quantity 20, Windows XP Pro OEM Software (Additional License to Item number 0001) Items intended to be procured in Option 1 are as follows: Item No. 0007: Quantity 64, Description same as Line Item 0001 Item No. 0008: Quantity 16, Description same as Line Item 0002 Item No. 0009: Quantity 16, Description same as Line Item 0003 Item No. 0010: Quantity 84, Description same as Line Item 0004 Item No. 0011: Quantity 84, Description same as Line Item 0005 Item No. 0012: Quantity 64, Description same as Line Item 0006 Items intended to be procured in Option 2 are as follows: Item No. 0013: Quantity 45, Description same as Line Item 0001 Item No. 0014: Quantity 16, Description same as Line Item 0002 Item No. 0015: Quantity 14, Description same as Line Item 0003 Item No. 0016: Quantity 45, Description same as Line Item 0004 Item No. 0017: Quantity 45, Description same as Line Item 0005 Items intended to be procured in Option 3 are as follows: Item No. 0018: Quantity 32, Description same as Line Item 0001 Item No. 0019: Quantity 13, Description same as Line Item 0002 Item No. 0020: Quantity 14, Description same as Line Item 0003 Item No. 0021: Quantity 32, Description same as Line Item 0004 Item No. 0022: Quantity 32, Description same as Line Item 0005 Items intended to be procured in Option 4 are as follows: Item No. 0023: Quantity 7, Description same as Line Item 0001 Item No. 0024: Quantity 6, Description same as Line Item 0002 Item No. 0025: Quantity 2, Description same as Line Item 0003 Item No. 0026: Quantity 6, Description same as Line Item 0004 Item No. 0027: Quantity 6, Description same as Line Item 0005 Items intended to be procured in Option 5 are as follows: Item No. 0028: Quantity 10, Description same as Line Item 0001 Item No. 0029: Quantity 10, Description same as Line Item 0004 Item No. 0030: Quantity 10, Description same as Line Item 0005 Items intended to be procured in Option 6 are as follows: Item No. 0031: Quantity 5, Description same as Line Item 0001 Item No. 0032: Quantity 5, Description same as Line Item 0002 Item No. 0033: Quantity 2, Description same as Line Item 0003 Item No. 0034: Quantity 5, Description same as Line Item 0004 Item No. 0035: Quantity 5, Description same as Line Item 0005 The estimated award schedule shall be as follows: Contract Award Base (Estimated Award 16 December 2005) Option 1 (Estimated Award 16 January 2006) Option 2 (Estimated Award 16 January 2006) Option 3 (Estimated Award 16 January 2006) Option 4 (Estimated Award 17 February 2006) Option 5 (Estimated Award 17 March 2006) Option 6 (Estimated Award 17 April 2006) This acquisition will occur via a Firm Fixed-Price contract. All items shall be delivered and accepted FOB Destination to the Receiving Officer, Bldg 125, Naval Surface Warfare Center, Dahlgren, Virginia 22448, between the hours of 7:00 a.m. and 2:30 p.m. on weekdays. No deliveries will be accepted on Federal holidays. Delivery is required no later than 60 days after contract award and after exercise of option. This solicitation number is N00178-06-R-2003 issued as a Request for Quote (RFQ). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-06, Effective 31 Oct 2005, and DFARS Change Notice 20051109. The NAICS Code associated with this procurement is 541512. All offerors must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, and DFAR 252-212-7000 Offeror Representations and Certifications with their quotes. 52.212-2 Evaluation - Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical compliance of the items offered. (2) Past Performance (3) Price. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, subparagraphs (a), (b)(1), (b)(7), (b)(13-19), (b)(24), (b)(29) (d), and (e) apply to this solicitation and are hereby incorporated by reference. Finally, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraphs (a), (b) (252.225-7001), (b)(252.225-7012), (b)(252.227-7015), (b)(252.227-7037), (b)(252.232-7003), (b)(252.243-7002), (b)(252.247-7023), (b)(252.247-7024) and (c), and DFARS 252.204-7004, Alternate A; and DFARS 252.204-7001 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-A7. The closing date for receipt of quotes is 2:00 PM (EST), 28 November 2005. Electronic quotes are encouraged at XDS12@nswc.navy.mil, but quotes may also be faxed to (540) 653-4089 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS12D, Bldg. 183, Room 104, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100.
 
Record
SN00934644-W 20051120/051118212306 (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.