Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
MODIFICATION

70 -- Computer Server System for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Notice Date
3/15/2007
 
Notice Type
Modification
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-07-R-EPGTHO
 
Response Due
3/20/2007
 
Archive Date
5/19/2007
 
Point of Contact
Carmen Simotti, 520-533-8189
 
E-Mail Address
ACA, White Sands Missile Range
(carmen.simotti@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation is amended to correct the Manufacturer Name, Part Number, and provide the description of the Computer Server System. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Sub stitutes): 1 each; MFR: Dell; MDL: PowerEdge 2950. DESCRIPTION: Computer server system, PowerEdge 2950 Quad Core IntelR XeonR E5320, 2x4MB cache, 1.86GHZ, 1066MHz FSB. No operating system, Microsoft. SYSTEM COMPONENTS: Additional Processor: Quad Co re IntelR XeonR E5320, 2x4MB cache, 1.86GHz, 1066MHz FSB. Memory: 32GB 533MHz (8x4GB), dual ranked DIMMs TCP/IP Offload Engine Enablement: Broadcom TCP/IP Offload engine not enabled. Riser Card: Riser with 3 PCIe slots. Primary Hard Drive; 300GB, 3 Gbps, SAS, 3.5 inch, 15K RPM hard drive, hot plug. Primary Controller: PERC 5/i, x6 backplane, integrated controller card. No floppy disk for x6 backplane. No mouse option. Network Adapter: 2x BroadcomR NetXtreme 5721 1-Port Gigabit Ethernet NIC, Cu, PCIe x1. Remote Management: Dell remote access card, 5th generation for PowerEdge Remote Management. CD/DVD Drive: 24X IDE CD-RW/DVD ROM Drive. No Bezel. Backplane: 1x6 Backplane for 3.5 inch hard drives. Documentation: Electronic documentation an d OpenManage CD Kit. 2nd Hard Drive: 300GB, 3Gbps, SAS, 3.5 inch, 15K RPM hard drive, hot plug. Hard Drive: Integrated SAS/SATA RAID 1, PERC 5/i integrated. CONFIGURATION: Chassis Configuration: Rack chassis with sliding rapid/versa rails and cable management arm, universal. Hardware Support Services: 3 year Gold Enterpise Support: 7x24 HW/SW, escalation management, 4 hr 7x24 onsite. No installation assessment. Power Supply: Redundant power supply with Y-Cord for PowerEdge 2950. FOB DESTINATI ON: Fort Lewis, Washington. Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Tuesday, 20 March 2007. Offers shall be submitted electronically at: Carmen.simotti@epg.army.mil . EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. DELIVERY SCHEDULE: Equipment mus t be delivered no later than 15 May 2007. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notice. For additional information, contact Carmen M. Simotti, Contract Specialist, at (520) 533-8189 or carmen.simotti@epg.ar my.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This is a total small business set-aside. The NAICS code is 334119. The solicitation is issued as a req uest for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Com mercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Cont ract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, o r none of the proposals received in response to this announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABK/DABK39/W9124Q-07-R-EPGTHO/listing.html)
 
Place of Performance
Address: ACA, South Region, SFCA-SR-WS, Electronic Proving Ground, Directorate of Contracting, Banister Hall, Bldg 56301, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN01252587-F 20070317/070315225508 (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  © 1994-2020, Loren Data Corp.