Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
MODIFICATION

70 -- Rack Mount Voice Recorder Server

Notice Date
9/21/2007
 
Notice Type
Modification
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration and Customs Enforcement-Federal Protective Service, Federal Protective Services Division (3PSS), 701 Market Street Suite 4200, Philadelphia, PA, 19106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
PSHQ072009B
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Description
If responding to this quote, please send quotes via fax to 215 717 8080 or email to todd.m.wanner@dhs.gov, ph: 215 521 7649 no later than 2 PM E.S.T. Monday 24 September 2007. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement consitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All responsible sources may submit a quote that if received timely shall be considered by the agency. The solicitation is issued as a RFQ. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The following is a description of the required supplies: Require a rack mount server for the specific purpose, intended to run Higher Ground, Inc Pratheorian Voice Recorder Software, having the salient characteristics: CPU: 2 x Intel Xeon E5310 Dual-Core 1.60GHz, 8MB (2x 4MB) L2 Smart Cache, 1066MHz FSB RAM: 4GB (4 x 1GB) 667MHz Fully Buffered DIMM - Interleaved NIC: Dual Intel 82563EB 10/100/1000 Mbps NICs (w/ I/OAT) - Integrated Management: None System Volume: 60GB Boot Volume (Carved from Drive Set) Drive Set: 6 x 500GB 7.2Krpm, 16MB Cache, NCQ SATA or equivalent RAID Configuration: RAID 10: Mirroring & Striping SATA RAID Controller:PCIe x8 - 1: 3Ware 9650SE-8LPML PCIe x4 8-Port SATA II RAID Controller w/256MB CACHE, w/ BBU PCI-X 100MHz: 8 full length slots Optical Drive: Low-Profile 8x DVD-ROM, 24x CD-ROM Floppy Drive: 1.44MB Low-Profile Floppy Drive Power Supply: H/S Redundant 800W - PFC - Auto-Switching - 100-240V Rail Kit: Sliding Rail Kit OS: Microsoft Windows Server Standard 2003 R2 32-bit w/5 CAL Warranty: Standard 3 Year _________________________________________________________________ Delivery: Battle Creek Megacenter, 74 North Washington Avenue, Battle Creek, MI 49017 _________________________________________________________________ All materials must be furnished by the awardee. Evaluation method: The Government shall select an awardee based on a low price, technically acceptable quotation. This solicitation contains required provisions, clauses, and addenda for this solicitation including FAR 52.212-1 Instructions to Offerors-Commerical Items, FAR 52.212-3 Offerors Representations and Certifications, FAR 52.212-4 Contract Terms and Conditions, Commerical Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. In addendum to FAR 52.212-1, in paragraph (b) faxed offers are authorized, in paragraph (c) period of acceptance is 90 days, in paragraph (e), alternative commericial items will not be considered for award on this instant acquisitions, however, may be utilized for market research on future requirements, in paragraph (h) the Government intends to make one award, in paragraph (j) the requirement to provide a DUNS number with the offer applies at all dollar values if the offeror is required to register in the Cnetral Contractor Registration database (CCR). Iinvoices shall now be submitted via one of the following three methods: a. By mail: DHS, ICE Debt Management Center P.O. Box 1279 Williston, VT 05495-1279 Attn: FPS MegaCenter Invoice b. By facsimile (fax): (include a cover sheet with point of contact & # of pages) 802-288-7658 c. By e-mail: Invoice.Consolidation@dhs.gov Invoices submitted by other than these three methods will be returned. The contractor?s Taxpayer Identification Number (TIN) must be registered in the Central Contractor Registration (http://www.ccr.gov) prior to award and shall be notated on every invoice submitted to FPS on or after January 29, 2006 to ensure prompt payment provisions are met. The FPS Region number shall also be notated on every invoice. To assist in timely payment, it is also recommended that the contractor provide the Accounting Transaction Number (also known as the ?PJ? number) on the submitted invoice. 1. In accordance with Section I, Contract Clauses, FAR 52.212-4 (g)(1), Contract Terms and Conditions ? Commercial Items, or FAR 52.232-25 (a)(3), Prompt Payment, as applicable, the information required with each invoice submission is as follows: ??An invoice must include? (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description (to include Bldg # and Post#), quantity (i.e. # of hours), unit of measure, unit price (i.e. Guard Hourly Rate) and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (See paragraph 1 above.) (x) Electronic funds transfer (EFT) banking information. (xi) Requisition Number (a.k.a. ?ACT? or ?PJ? number) (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. Invoices without the above information may be returned for resubmission. The following clauses are also incorporated: FAR 52.212-4 by reference FAR 52.204-7 CCR All quotes must be received no later than 3 PM E.S.T. on Friday, September 21, 2007 - addressed to Todd Wanner and faxed to 215-717-8080 or emailed to todd.m.wanner@dhs.gov. The following information will be mandatory on a quote: correct RFQ number, vendor legal name and address (same as it appears in CCR), telephone and fax numbers, point of contact, DUNS number, Cage Code, Tax ID number, business size, and any completion as required as stated in the above clauses. In order to receive this award, all offerors must be registered with the Central Contractor's Registration database. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Delivery of items to:, , 74 North Washington Avenue, Battle Creek, MI 49017
Zip Code: 49017
Country: UNITED STATES
 
Record
SN01414838-W 20070924/070922223811 (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.