Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
MODIFICATION

70 -- Multimedia Computer Workstations

Notice Date
6/22/2007
 
Notice Type
Modification
 
Contracting Office
2172 13 1/2 Street, Fort Campbell, KY 42223
 
ZIP Code
42223
 
Solicitation Number
W91248-07-R-0096
 
Response Due
5/14/2007
 
Archive Date
11/10/2007
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91248-07-R-0096 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-05-14 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Campbell, KY 42223 The USA ACA Ft. Campbell requires the following items, Meet or Exceed, to the following: LI 001, Description - Graphic/Photo Computer Workstation, 7 each CPU CASE with following capacity: (4 ea.) 3.5" hard drive bays, (2ea.) 5.25" drive bays, Slots: (2ea.) PCI Express x16, (2ea.) PCI Express x16 (x8 Signal), (2ea.) PCI Express x1, (2ea.) PCI 32-bit 33MHz PROCESSORS: Intelfi Core 2 Extreme Processor QX6700 (2.67GHz) (Quad-Core) RAM: 4GB DDR2 800 (4 DIMMS) VIDEO CARD: NVIDIA Quadro FX 1500 256MB SYSTEM HARD DISK DRIVE: 80GB 7,200rpm SATA 8MB Cache FLOPPY DISK DRIVE: 1ea. EXTERAL USB MEDIA STORAGE: 500GB 7,200rpm SATA 16MB Cache DVD WRITER: 18x Dual Layer DVD?RW OPERATING SYSTEM: Windows XP Professional x64 Edition KEYBOARD: Standard Black Keyboard MOUSE: Logitech Premium Optical Mouse Model Specifications: Intell Core.2 Extreme / Core.2 Duo; NVIDIA nForcefi 680i SLI MCP SLi Graphics support; Dual Channel DDR2-800 (4 DIMMS); (4) Serial ATA 3Gb/s ports (RAID 0, 1, or 0+1); (1) Parallel ATA IDE interface (2 devices); (2) Gigabit Ethernet port; 8 channel Audio, Front panel mic + audio out; (8) USB 2.0 ports: (2) Front, (6) Rear; (2) IEEE 1394a Ports: (1) Front, (1) Rear; (1) Serial port; (1) Optical &Coaxial S/PDIF Output; 600W Power Supply, Dimensions: 7"w x 17"h x 19"d FOB destination Fort Campbell, KY 42223 Warranty: three-year limited warranty. Year 1: warranty covers parts, Operating System telephone support, and return shipment costs. Years 2 and 3: warranty covers parts. Buyer assumes shipment costs during years two and three., 7, EA; LI 002, Description - Animation Workstation, 2 each CPU CASE with following capacity:: (4 ea.) 3.5" hard drive bays, (2ea.) 5.25" drive bays, Slots: (1ea.) PCI Express x16, (1ea.) PCI Express x4 using x16, (1ea.) PCI Express x4 using x8, (2ea.) PCI-X 64/133, (1ea.) PCI PROCESSORS: WS DUAL XEON X5355 2.66GHz, 8MB cache, 1.33 GHz FSB (Quad-Core) Extended Lead Time RAM: 8GB FBDIMM DDR2 667 REG ECC (8 -1GB FBDIMMS) VIDEO CARD: NVIDIA Quadro FX 5500 1GB SYSTEM HARD DISK DRIVE: 74GB 10,000rpm SATA 16MB Cache FLOPPY DISK DRIVE: 1ea. EXTERAL USB MEDIA STORAGE HDD: 1.5TB Serial ATA RAID 0 Array (3x 500GB 7,200rpm) MONITOR: 2ea, 24" Samsung SyncMaster 244T (Analog/Digital) DVD WRITER: 18x Dual Layer DVD?RW OPERATING SYSTEM: Windows XP Professional x64 Edition KEYBOARD: Standard Black Keyboard MOUSE: Logitech G5 Laser Mouse Model Specifications: 2 Intel Xeon Processors; Intelfi 5000 X Chipset; FBDIMM ECC DDR2-533-667Mhz; 8 FBDIMM Slots; 6 Serial ATA ports, (RAID 0, 1); 2 Parallel ATA IDE interface (4 devices); 2 Gigabit Ethernet ports; 6 channel audio; Front panel mic + audio out; 2 IEEE1394a Ports: 1 Front, 1 Rear; 6 USB 2.0 Ports: 2 Front, 4 Rear; 1 Serial port; 700W Power Supply; Dimensions: 7"w x 17"h x 19"d FOB destination Fort Campbell, KY 42223 Warranty: three-year limited warranty. Year 1: warranty covers parts, Operating System telephone support, and return shipment costs. Years 2 and 3: warranty covers parts. Buyer assumes shipment costs during years two and three., 2, EA; LI 003, Description - Video/FX Computer Workstation, 2 each CPU CASE with following capacity:: (4 ea.) 3.5" hard drive bays, (2ea.) 5.25" drive bays, Slots: (1ea.) PCI Express x16, (1ea.) PCI Express x4 using x16, (1ea.) PCI Express x4 using x8, (2ea.) PCI-X 64/133, (1ea.) PCI PROCESSORS: WS DUAL XEON X5355 2.66GHz, 8MB cache, 1.33 GHz FSB (Quad-Core) Extended Lead Time RAM: 4GB FBDIMM DDR2 667 REG ECC (4 -1GB FBDIMMS) VIDEO CARD: NVIDIA Quadro FX 5500 1GB SYSTEM HARD DISK DRIVE: 74GB 10,000rpm SATA 16MB Cache FLOPPY DISK DRIVE: 1ea. EXTERAL USB MEDIA STORAGE HDD: 1TB Serial ATA RAID 0 Array (2x 500GB 7,200rpm) DVD WRITER: 18x Dual Layer DVD?RW OPERATING SYSTEM: Windows XP Professional x64 Edition KEYBOARD: Standard Black Keyboard MOUSE: Logitech G5 Laser Mouse Model Specifications: 2 Intel Xeon Processors; Intelfi 5000 X Chipset; FBDIMM ECC DDR2-533-667Mhz; 8 FBDIMM Slots; 6 Serial ATA ports, (RAID 0, 1); 2 Parallel ATA IDE interface (4 devices); 2 Gigabit Ethernet ports; 6 channel audio; Front panel mic + audio out; 2 IEEE1394a Ports: 1 Front, 1 Rear; 6 USB 2.0 Ports: 2 Front, 4 Rear; 1 Serial port; 700W Power Supply; Dimensions: 7"w x 17"h x 19"d FOB destination Fort Campbell, KY 42223 Warranty: three-year limited warranty. Year 1: warranty covers parts, Operating System telephone support, and return shipment costs. Years 2 and 3: warranty covers parts. Buyer assumes shipment costs during years two and three., 2, EA; For this solicitation, USA ACA Ft. Campbell intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Campbell is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Dennis Bertrand at dennis.bertrand@us.army.mil or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to dennis.bertrand@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
 
Web Link
www.fedbid.com (b-40124, n-6232)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Campbell, KY 42223
Zip Code: 42223
Country: US
 
Record
SN01325937-W 20070624/070622235235 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.