Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
SOLICITATION NOTICE

58 -- INTEGRATED COMPUTER SYSTEM AND PROJECTION EQUIPMENT

Notice Date
3/24/2008
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-08-R-D030
 
Response Due
4/4/2008
 
Archive Date
6/3/2008
 
Point of Contact
ligia burgos, 732-532-1735
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(ligia.burgos@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Synopsis/Solicitation No. W15P7T-08-R-D030. This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) part 12.6. Streamlined Procedures for Evaluation and Solicitation for Commerci al items found under FAR 13.5. Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, a quotation is being requested and a separate written soli citation will not be issued. This effort is a Service-Disabled Veteran-Owned Businesses (SDVOB) for Foreign Military Sales. The North American Industry Classification System (NACIS) Code for this effort is 423430 with the corresponding Small Business Size standard of 100 employees. The U.S, Army CECOM Life Cycle Management Command (CECOM LCMC), Fort Monmouth, NJ 07703 intends to procure the following Commercial Off-The-Shelf (COTS) items: DESCRIPTION <B R>Part No. Description QTY 922942U MPro 9229, Intel Core 2 Duo 1 Processor Intel E6300 1.86 GHz/1066 MHz 2 MB L2, 2x 512 MB DDR2-667, 160 GB 7.2K SATA, DVD/CD-RW, WIN XP64, NVIDIA Quadro NVS 285 494419U IBM T119 19-in TFT Monitor 1 922952U MPro 9229, Int el Core 2 Duo 1 Processor Intel E6400 2.13 GHz/1066 MHz 2 MB L2, 2x512 MB DDR2-667, 160 GB 7.2K SATA, DVD/CD-RW, WIN XP64, NVIDIA Quadro FX 550 39M4504 IBM 160GB 7200 RPM 3.5in 1 Simple-Swap SATA HDD 32R2906 IBM Multi-Burner Plus Drive 1 X3950 SERVER consists of the following components: 88781RU x3950, Intel Xeon Dual Core 7110N 2x2.5GHz/667MHz, 1 2MB L2 4MB L3, 2x1GB, O/Bay HS SAS 40K1259 Int el Xeon Dual-Core 7110N 2.50 GHz/667 MHz, 2 2MB L2/4MB L3 41Y5000 Active Memory 4 Slot Expansion Card 1 41Y5004 IBM System x3950 Scalability Enab lement/Memory Adapte 1 39M5809 2 GB (2x1 GB Kit) PC2-3200 CL3 ECC DDR2 SDRAM RDIMM 3 43X0824 IBM 146GB SFF Hot Swap 10K SAS HDD 4 39R8729 ServeRAID 8i SAS Controller 1 88791RU x3950E, O/Bay HS SAS SCSI, 2x1300 W p/s 1 40K1259 Intel Xeon Dual-Core 7110N 2.50 GHz/667 MHz, 4 2MB L2/4MB L3 41Y5000 Active Memory 4 Slot Expansion Card 1 41Y5004 IBM System x3950 Scalability Enablement/Memory Adapter 1 39M5809 2 GB (2x1 GB Kit) PC2-3200 CL3 ECC DDR2 SDRAM RDIMM 4 88791RU x3950E, O/Bay HS SAS SCSI, 2x1300 W p/s 1 40K1259 Intel Xeon Dual-Core 7110N 2.50 GHz/667 MHz, 4 2MB L2/4MB L3 <B R>41Y5000 Active Memory 4 Slot Expansion Card 1 41Y5004 IBM System x3950 Scalability Enablement/Memory Adapter 1 39M5809 2 GB (2x1 GB Kit) PC2-3200 CL3 ECC DDR2 SDRAM RDIMM 4 88791RU x3950E, O/Bay HS SAS SCSI, 2x1300 W p/s 1 40K1259 Intel Xeon Dual-Core 7110N 2.50 GHz/667 MHz, 4 2MB L2/4MB L3 41Y5000 Active Memory 4 Slot Expansion Card 1 41Y5004 IBM System x3950 Scalability Enablement/Memory Adapter 1 39M5809 2 GB (2x1 GB Kit) PC2-3200 CL3 ECC DDR2 SDRAM RDIMM 4 13M7414 Scalability Cable - 2.3M 3 13M7416 Scalability Cable - 2.9M 3 40K1692 IBM SlimLine USB Portable Diskette Drive 1 21302RX IBM Eaton UPS 3000 HV without Line Cord 2 (C20 Input receptacle ) 40K9620 Eaton UPS 3000 Extended Battery Module (EBM) 6 93084RX NetBAY42 ER Enterprise Rack Cabinet-42u 1 standalone/primary 39Y8941 IBM DPI C13 En terprise PDU w/o Line Cord 4 40K9614 IBM DPI 30a Cord (NEMA L6-30P) 4 DS4200 STORAGE SERVER: 18147VH Express DS4200 Model 7V 1 42D0389 DS4200 SATA 500 GB/7.2K EV-DDM 14 42D3257 DS4200 2-8 Stg. Part.- Fld 1 42D3269 DS4200 8-64 Stg. Part.- F ld 1 39M6041 DS4200 Novell Netware Host 1 39M6009 DS4200 Linux/Intel Host Kit 1 39M6 046 DS4200 VMware ESX Host Kit 1 39M6048 DS4200 AIX Host Kit 1 41Y0686 DS4200 HPUX Host Kit 1 39M5696 1m Fiber Optic Cable LC-LC 4 946268U Lenovo ThinkPad R60 9462 Core Duo T2300E 1.66 2 GHz-C entrino Duo - RAM : 512 MB-HD, 60 GB-CD-RW/DVD-Gigabit Ethernet- 802.11a/b/g-TPM- Win XP Pro-14.1in TFT 1400 x 1050 ( SXGA+ ) ACCESSORIES TO SUPPORT COMPUTER NETWORK SERVER: Q7493A# ABA HP Color LaserJet 4700dn - Printer-color-duplex-laser 1 Legal, A4 - 600 dpi x 600 dpi - up to 31 ppm (mono)/up to 31 ppm (color)-capacity: 600 sheets - Parallel, USB, 10/100Base-TX <B R>Q5950A HP - Toner cartridge - 1 x black - 11000 pages 5 Q5951A HP - Toner cartridge - 1 x cyan - 10000 pages 3 Q5952A HP - Toner cartrid ge - 1 x yellow - 10000 pages 3 Q5953A HP - Toner cartridge - 1 x magenta - 10000 pages 3 C6518A HP - USB cable - 4 pin USB Type A (M)- 1 4 pin USB Type B (M) - 6.6 ft ( USB / Hi-Speed USB ) Q7545A# ABA HP LaserJet 5200tn - Printer - B/W - laser- 1 Tabloid Extra (12 in x 18 in)-1200 dpi x 1200 dpi - up to 35 ppm - capacity: 850 sheets - Parallel, USB, 10/100Base-TX C6518A HP - USB cable - 4 pin USB Type A (M)-4 pin USB Type B 1 (M) 6 ft ( USB / Hi-Speed USB ) C8189A# ABA HP Officejet Pro L7680 1 All-in-One - Multifu nction ( color ) - ink-jet - copying (up to): 35 ppm (mono) / 34 ppm (color) - printing (up to): 35 ppm (mono) / 34 ppm (color) - 250 sheets - 33.6 Kbps - Hi-Speed USB, 10/ 100 Base-TX 2105B002 Canon LV X7 - LCD Projector-2000 ANSI lumens 2 - XGA (1024 x 768) 3C16470- US 3Com Baseline 10/100 Switch - Switch - 16 ports 2 EN, Fast EN - 10Base-T, 100Base-TX - 1U - rack-mountable 2130R1X IBM UPS750TLV - 500W, Not Rackable 5 USR5686E USRobotics 56K Mo dem 5686E - Fax / modem-external 1 - RS-232 - 56 Kbps - V.90, V.92 Projection Equipment V11H252020 EPSON Power Lite S4-LCD Projector 2 DELIVERY 90 DAYS Accelerated delivery at no additional cos t to the Government is accepted and encouraged. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Inspection and acceptance shall be at SOURCE. Shipments are to be FOB ORIGIN. Upon award con tractor would be required to contact local DCMA Office for shipping instructions. BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest, responsive quotation, and is deemed acceptable and respon sible by the Contracting Officer. The Offerors must submit quotations on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. PROVISIONS AND CLAUSES applicable to this acquisition are as fol lows: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52/212-3. Offeror Representation and Certifications Commercial Items FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, Contract Terms and Cond itions Required to Implement Statutes or Executive Orders, Commercial Items, for Paragraph (b) the following clauses apply: (21), (23), and (29). DFARS 252.212-7000, Contract Terms and Conditions Required to Implement Statutes or Executive Orders A pplicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: 252.225-7001, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-37, Empl oyment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.223-11, Ozone-Depleting Substances; FAR 52.227-01, Authorization and Consent; FAR 52.227-02, Notice and Assistance Regarding Patent and Co pyright Infringement; FAR 52.227-03, Patent Indemnity; FAR 52.227-06, Royalty Information; FAR 52.227-09, Refund of Royalties; FAR 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration; FAR 52.233-1, Disputes; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.242-15, Stop-Work Order; FAR 52.246-01, Contractor Inspection Requirements; FAR 52.252-02, Clauses Incorporated by Reference; DFARS 252.211-7003, Item Identification and Valuatio n; DFARS 252.217-7026, Identification of Source of Supply; DFARS 252.211-7006, Radio Frequency Identification; FAR 52.243-01, Changes  Fixed Price (Supplies); FAR 52.204-7, Central Contract Registration (for Certifications and Representations) FAR 52.247-29, F.O.B. Origin FAR 52.246-15, Certificate of Conformance The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and the contractor shall request a copy from the Contract Specia list, if needed; 52.7043, Standard Practice for Commercial Packaging; 52.7050, Administrative Data/Instructions to the Paying Office; 52.7055, Mand atory Use of Government to Government Electronic Mail; 52.6110, Mandatory Use of Contractor to Government Electronic Mail; 52.7025, Verification of Ship to and/or Notice of Availability address for FMS 52.7388, Transportation  Foreign Military Sale (DCMC Administered) 52.6076, Army Electronic Invoicing and the FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/ dpap/dars/dfars/indext.htm or http://www.acqnet.gov/far/ The U.S. Army CECOM Life Cycle Management Command (CECOM LCMC) has established the Interactive Business Opportunities Page (IBOP) website as part of the Army s Single Face to Industry, to all ow electronic posting of solicitations for Request for Proposals (RFP), and Invitations for Bids (IFB). All parties interested in doing business with the U.S. Army CECOM Life Cycle Management Command are invited to access, operate, send and receive informa tion from the IBOP at http://abop.monmouth.army.mil. The offeror shall submit their proposal through the Interactive Business Opportunities Page (IBOP) by 4:30 PM ET on 4 APRIL 2008. Questions and or concerns regarding this solicitation/synopsis shall be d irected to Lee Burgos, Contract Specialist via phone at (732) 532-1735 or email Ligia.burgos@us.army.mil. The Contracting Officer for this acquisition is Thomas S. McConnell via email Thomas.McConnell@us.army.mil phone (732) 532-5986. Registration guidance for the Interactive Business Opportunities Page (IBOP) website is provided under User Services at the User Registration Link on the Interactive Business Opportunities Page (IBOP) website. For technical Interactive Business Opportunities Page (IBOP) relate d issues unrelated to registration, call (732) 532-1840 or (732) 532-5246. This synopsis/solicitation has been posted to the Interactive Business Opportunities Page (IBOP) under Solicitation No.: W15P7T-08-Q-D030. Place of Performance: US Army C-E LCMC Acquisition Center - W15P7T ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ, 07703-5008, US
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01540048-W 20080326/080324224811 (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.