Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOLICITATION NOTICE

67 -- AVID Video Editing System

Notice Date
3/3/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU778056X201
 
Response Due
3/5/2008
 
Archive Date
9/1/2008
 
Point of Contact
Name: Marisa Lyon, Title: Contract Specialist, Phone: 3157725248, Fax: 3157728277
 
E-Mail Address
marisa.lyon@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
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 W16XU778056X201 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. This requirement is a [ Small Business ] set-aside 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 2008-03-05 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Workstation: HP-XW8400 Workstation Xeon 5345 Quad core, or equal. Salient characteristics: 2.33GHz; 2GB RAM; 160GB Internal HD; DVD+, -RWDL; GigNIC; XP Professional., 1, EA; LI 002, High performance graphics card: PCIE-PPNBY NVIDIA Quadro FX 1500 PVE, or equal. Salient characteristics: 256MB GDDR3 PCI Express Graphics Board, HP Server Accessories, installed on Workstation (CLIN 001). Nvidia Part Number AVVCQF1500PC., 1, EA; LI 003, Additional installed RAM: Salient characteristics: 2GB PC2-5300 667 MHZ 240-pin ECC DDR2 SDRAM Dimm Kit installed on Workstation (CLIN 001). Kingston Technology Part Number KTHXW667/2G, or equal., 1, EA; LI 004, Host adapter card: X4 PCI Express Dual Channel U320 SCSI HBA VHD68PIN or equal; installed on Workstation (CLIN 001). X4 PCI Express Part Number EPCIUL5D0R0., 1, EA; LI 005, AVID Xpress Pro V 5.6/7 for PC or MAC Software, or equal. Installed on Workstation (CLIN 001) AVID Part Number 70102001501., 1, EA; LI 006, AVID Mojo SDI version DNA Breakout Box, or equal. AVID Part Number 70102000001., 1, EA; LI 007, AVID VideoRAID, or equal. Salient characteristics: RTR320 125 TB Raw (1.0 TB Usable) 5-bay tower enclosure with (5) 250GB ATA Drives. AVID Part Number 70100866702., 1, EA; LI 008, Interface cable. Salient characteristics: Cable to connect VideoRAID to the UL4D or UL3D SCSI Host Adaptor card. AVID Part Number 70700315901, or equal., 2, EA; LI 009, AVID PC Deck Control Cable, or equal. AVID Part Number 00700050701., 1, EA; LI 010, Computer monitor. Salient characteristics: 19? LCD Computer Monitor. NEC Part Number ASLCD92VXBK, or equal., 2, EA; LI 011, Keyboard and Mouse: Logic Xpress Pro, or equal. Logic Part Number LKBUDVXPCHP., 1, EA; LI 012, Speaker System: Salient characteristics: 3-piece speaker system with sub-woofer, and connecting cables. Altec Lansing Part Number VS3121 or equal., 1, EA; LI 013, Program Monitor: Salient characteristics: 17in TFT LCD SXGA Monitor 1280x1024. JVC Part Number LM170U or equal., 1, EA; LI 014, Fire Wire Cable: Salient characteristics: 6-to-6 pin. Minimum 12 inches, maximum 36 inches in length., 2, EA; LI 015, Fire Wire Cable: Salient characteristics: 4-to-6 pin. Minimum 12 inches, maximum 36 inches in length., 2, EA; LI 016, Fire Wire Cable: Salient characteristics: 4-to-4 pin. Minimum 12 inches, maximum 36 inches in length., 2, EA; For this solicitation, USA ACA Ft. Drum 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. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, 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, notify the point of contact 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 marisa.lyon@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.211-6, Brand name or Equal; FAR 52.212-1, Instructions to Offerors; FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price; 52.212-3, Offeror Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. 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, apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33. Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; In accordance with 52.252-2, Clauses Incorporated by Reference, the full text of FAR and DFARS clauses may be accessed electronically at http://farsite.hill.af.mil. The solicitation document and incorporated provisions and clauses are those in effect through FAR Current to Fac 2005-24 and DFARS Circular Current to DCN 20070906 Edition. IAW 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/. Shipping is FOB Destination CONUS (CONtinental U.S.). Delivery shall be made within 30 days or less after receipt of order (ARO), or as otherwise specified. New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). Award shall be made to the responsive, responsible quoter whose quote is the most advantageous to the Government on lowest price and in keeping with the terms of the RFQ.
 
Web Link
www.fedbid.com (b-63058_05, n-10833)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01522480-W 20080305/080303224112 (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.