Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
SOLICITATION NOTICE

70 -- Forensic PCs

Notice Date
3/4/2008
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), COMMUNICATIONS CENTER (PRO), 245 MURRAY LANE SW BLDG T-5, WASHINGTON, DC, 20223, UNITED STATES
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-145499
 
Response Due
3/10/2008
 
Point of Contact
Melanie Vennemann, Contract Specialist, Phone 202.406.6940, Fax 202.406.6801, - William Aumand, Contracting Officer - Branch Chief, Phone (202) 406-6940, Fax (202) 406-6801
 
E-Mail Address
melanie.vennemann@usss.dhs.gov, waumand@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION Synopsis for brand name or equal to commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number is 145499 and is issued as a (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-12. The NAICS code is 334111 and the Small Business Standard is 500 employees. This requirement is being set-aside for small business. Offerors must be registered in Central Contract Registration (CCR). This acquisition is firm-fixed price and solicited in accordance with FAR 6.302-1 (c ). The description and specification provided herein, is essential to the Government?s requirement. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government. This government requirement is for the purchase and delivery for fifty (50) FRED (Forensic Recovery of Evidence Devices) or equal Forensic PC with the technical requirements listed and fifty (50) Ultra Kits, also listed below FORENSIC PCS ? Core 2 Motherboard with Intel X38 Chipset ? Intel Core 2 Quad Q6600 CPU (Quad Processor), 2.40 Ghz, 1066 Mhz FSB (Upgradeable on Request) ? 2 x PCI-Express (x16), 1 x PCI-Express (x1), 2 x PCI (32), 1 x PCI-X Slots ? 4 GB DDR2-800 Dual Channel Memory ? Nvidia 8600 PCI-Express Video Card (512MB) with Dual Monitor Output ? Dual 10/100/1000 Mbs Gigabit Ethernet Network Adapters ? 8 Channel High Definition Audio Controller ? 6 port (6 Drives) Primary 3.0 Gb/s Serial ATA (SATA) Controller (RAID Capable) ? 4 port (4 Drives) Secondary 3.0 Gb/s Serial ATA (SATA) Controller with 2 Internal and 2 External (eSATA) Ports (RAID Capable) ? 1 Port (2 Drives) DMA 66/100/133 Parallel ATA (IDE) Controller ? 12 USB 2.0/1.x Ports (4 Front Mounted) ? 3 FireWire IEEE 1394a (400 MB/s) Ports (1 Front Mounted) ? 2 FireWire IEEE 1394b (800 MB/s) Ports (1 Front Mounted) ? Ultra 320 SCSI Controller (Narrow, Wide, Ultra, Ultra160, Ultra320) ? Integrated Hardware Write-Blocker: - Integrated IDE Drive Write Blocker - Integrated SATA Drive Write Blocker - Integrated SCSI Drive Write Blocker ? USB Write Blocker ? Integrated Forensic Media Card Reader - One Switchable Read-Only/Read-Write (MSC, MS Pro, SMC, CFC, MD, XD, SDC, and MMC Memory Card compatible) ? 2 x 500Gb 7200 RPM 3.0 Gb/s SATA Hard Drives in Shock-Mounted Trays ? 2 x Native Shock Mounted Serial ATA (SATA) Removable Hard Drive Bays ? 3 x HotSwap Shock Mounted Universal (IDE/SATA compatible) Removable Hard Drive Bays ? DVD ? RW/CD ? RW Dual-Layer Combo Drive ? 3?" Floppy Diskette Drive with Write Protect Switch ? Extendable/Retractable Imaging Workshelf with Integrated Cable Storage ? 104 key PS/2 Microsoft Keyboard ? Microsoft Intellimouse ? 20" Widescreen LCD Monitor with Built-in Speakers ULTRAKIT Set of forensic hardware write blockers (IDE/SATA-RW, IDE/SATA-R/O, SCSI) including cables, power supplies and adapters. Substitutes may be proposed if substitutes are submitted with list of technical requirements and must state how they are equivalent to the FRED brand. Substitutes submitted must meet all requirements listed. Awardee must provide a full warranty for no less than one year. PCs will be used for training purposes and the Government is requesting that the warranty extend through disassembly and reassembly during training. A support training personnel is also requested during training, for two classes, for the disassembly/assembly process. The government intends to award a firm, fixed price purchase order to the responsible offeror whose proposal, conforming to the Request for Quotation as provided herein. Awardee must provide delivery no later than Tuesday, May 13th. The following FAR Provisions and Clauses are applicable unless otherwise noted: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates; 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-2 Paragraph (a) insert: ?The Government intends to award firm, fixed price purchase order to the responsible offeror, whose proposal, conforming to the Request for Quotation as provided herein, is lowest in price?. 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.219-6, Notice to Total Small Buisness Set-Aside; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3, Convict Labor; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; and USSS 3052.204-90, Unauthorized Use of the U.S. Secret Service Name: In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, and www.dhs.gov. All quotes must include; 1) a unit cost for each line item 2) Company Information (address, telephone number, point of contact), 3) Tax Identification Number, 4) Dun & Bradstreet Number, 5) the socio-economic status of your company, 6) completed and signed copy of the FAR 52.212-3, Representations and Certifications. Please note: All responsible quotations shall be forwarded via to Email to Melanie.vennemann@usss.dhs.gov., no later than 12:00 P.M.(EST), Monday March 10, 2008. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-MAR-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USSS/PDDC20229/Reference-Number-145499/listing.html)
 
Place of Performance
Address: Hoover, AL
Zip Code: 35244
Country: UNITED STATES
 
Record
SN01533540-F 20080316/080314235249 (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.