Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

70 -- Ruggedized Organic Post Mission Analysis (OPMA) Stations

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS1, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107T0027
 
Response Due
5/10/2007
 
Archive Date
6/30/2007
 
Description
This is a combined synopsis/solicitation for a commercial item 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. This is a Request for Quotation (RFQ); the solicitation number is N61331-07-T-0027. The Naval Surface Warfare Center Panama City (NSWC PC) has a requirement for seven ruggedized computers for the Organic Post Mission Analysis (OPMA) Stations. Delivery date for the seven (7) base units will be no later 30 June 2007. This procurement also includes options for ten (10) OPMA stations to be acquired in fiscal year 2008, thirteen (13) OPMA stations to be acquired in fiscal year 2009, eight (8) OPMA stations to be acquired in fiscal year 2010, and seven (7) OPMA stations to be acquired in 2011. Delivery of all option quantities will be four (4) weeks after exercise of option. Each OPMA station shall be a collapsed lunch box and should be within 16" X 19" X 10". Each OPMA must weigh less than 75 pounds. Each OPMA station shall be ruggedized to withstand drops of 18" and tip-overs when fully packed. Also each OPMA station shall contain air filtration for high dust environments and must provide adequate cooling to operate in high temperature environments. Under the lid of the case there shall be a pictorial description of how to unload, assemble, and reload the hardware. Additionally, each OPMA station shall consist of the following components: ? One (1) SuperMicro X7DAL-E Dual Intel 64-bit Xeon Dual_Core, 1333 Mhz FSB Intel 5000X (Greencreek) Chipset Motherboard ? Two (2) Xeon 5160 3GHz Dual Core 1333FSB 4M L2 processors ? One (1) 650 WATT power supply ? Two (2) 2GB FBDIMM DDR2 ECC 667MHz memory ? One (1) nVidia Quadro FX 5500 Dual DVI PCIe graphics card with a minimum of 1Gb on board graphics memory ? One (1) Uninterruptible Power Supply to (Must provide battery backup capability) ? One (1) Optical Drive (Must burn DVD-R, DVD-RW, DVD+R, DVD+RW, CD-R, CD-RW media) ? 400 GB SATA300 7200RPM, 16MB CACHE in a RAID 5 Configuration housed in a removable magazine ? One (1) 4-Channel 64-bit/133MHz PCI-X SATA II Raid controller Card ? Windows XP Professional Operating System ? One (1) backup software package ? One (1) Microsoft compact multimedia keyboard and optical wheel mouse ? One (1) additional Intel - PRO/1000 MT ? Microsoft Office Pro 2003 ? Two (2) 20.1" LCD display, capable of 1600 x 1200 resolution, with additional VGA input and PIP support, (Side by Side), (Must be dual display) ? Integrated speakers (Internal if possible, if not internal, then case needs to house speakers as well.) ? One (1) Spare Hard Drive Case (Water tight padded case for additional hard drive magazine.) ? One (1) Lunch Box Case (Must have wheels, be water tight, and house keyboard, mouse, cables, and speakers.) ? One (1) PCI 3X Female Molex Connector ? One (1) Adaptec SCSI Card 29320A-R ? 3-Year Warranty The NAICS Code is 334111. Small Business Size Standard is 1000 employees. FSC is 7022. The items will be delivered to the Naval Support Activity Panama City, Receiving Officer, Building 100, 110 Vernon Avenue, Panama City Beach, FL 32407-7018. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Award will be on the basis of the lowest price technically acceptable offer. Submit signed, dated offers to Stacy.Figlinski@navy.mil no later than 3:00pm (CDT) 10 May 2007. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3)offeror's DUN's number, CAGE code and TI N number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past performance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item covered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (a) is regularly maintained; (b) is published or otherwise available for inspection by customers; (c) states the prices at which sales are currently made to a number of buyers, (d) statement that such items ar e commercial items modified for military purposes and sold in substant ial quantities to the general public, at the prices listed in the above mentioned catalog or established price list; (e) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-121, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, 252.211-7003 and 252.247-7024. The Defense Priority and Allocation Systems (DPAS) rating is DO-A7. The closing date for receipt of quotations is no later than 3:00pm (CST) 10 May 2007. All questions should be submitted in writing to stacy.figlinski@navy.mil.
 
Web Link
NSWC Panama City Synopsis Table
(http://www.ncsc.navy.mil/Contracts/Ztables/syntable.htm)
 
Record
SN01285102-W 20070503/070501233616 (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.