Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

70 -- RFI - PC Solutions

Notice Date
2/11/2008
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
33621-5323
 
Solicitation Number
RFI-PCSolutions
 
Response Due
3/14/2008
 
Point of Contact
Allison Hutchens, Contract Specialist, Phone 813-281-0560 X419, Fax 813-281-2658, - Madeline Baumgartner, Contracting Officer, Phone 813-281-0560 X303, Fax 813-281-0678
 
E-Mail Address
hutchea@socom.mil, madeline.baumgartner@socom.mil
 
Description
The United States Special Operations Command (USSOCOM), Program Executive Office Intelligence and Information Systems (PEO-IIS), located at MacDill Air Force Base, FL, is looking for information from companies with the capabilities and facilities to provide Commercial off the Shelf (COTS), Non-Developmental Items (NDI), or near NDI component technologies that can provide Desktop and Notebook computing hardware USSOCOM is interested in receiving information from vendors who are currently using the most advanced technologies in the design and fabrication of these component items. The Government may acquire for testing purposes one or more vendor products. This solution or group of solutions must provide capabilities such as Level 2 caching, resource redundancy and high availability, hardware configuration flexibility, remote management capabilities, scalability (both vertical and horizontal), as well as provide processor speeds capable of handling high volume processing in an efficient manner. The vendor must identify the form factor of their proposed solution, as well as power requirements, cooling enhancements, security features, and any predictive diagnostic capabilities that can alert a management system. In addition, the vendor should identify whether the systems are engineered by the vendor or if components are integrated. The vendor should identify cost advantages of their solution over that of another vendor, provide a price versus performance ratio, and identify any vendor relationships with Independent Software Vendors (ISVs) and System Integrators (SIs). Additionally, the vendor should identify any enhancements or capabilities that would distinguish them from another vendor, such as: storage enhancements, networking cards, memory enhancements, processor enhancements, and any supplementary or emerging capabilities worth noting. Furthermore, the vendor must identify the following post-sale support information: detailed warranty information, training provided, level of support, service level agreement for the stated level of support, and how many cleared personnel will be available to support their solution or group of solutions. Vendors should only provide information on systems that can support the following capabilities: Desktop PC solutions: Must be less than 40lbs Maximum size 20? x 10? x 20? Trusted Platform Module (TPM) 1.2 compliant Support for lockable, removable, externally accessible hard drive carriage Minimum 80GB Hard Drive Supports processor with multiple cores Support for 2GB of system memory, expandable to 4GB+ 10/100/1000 RJ45 network interface 16X DVD +/- RW, CD-RW Dual video out capable (support for dual independent monitors) Minimum of 256MB Video Memory (Vista Premium Ready) Integrated Audio Minimum 2 free PCI expansion slots 6 or more USB 2.0 ports (2 front, 4 back) 7-1 media reader (Internal or USB) Smart Card (SC) reader (internal or USB) Dual voltage (110-240V 50/60Hz) capable EPEAT Silver rating and Energy Star Version 4 compliant Notebook PC Solutions: Must be less than 10 Lbs (including power supply) Maximum size 2? x 14? x 12? Trusted Platform Module (TPM) 1.2 compliant Supports BIOS password and boot protection Removable, replaceable hard drives Minimum 80GB Hard Drive NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-FEB-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-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/ODA/USSOCOM/SOAL-KB/RFI-PCSolutions/listing.html)
 
Place of Performance
Address: USSOCOM (SOAL-KI), 7701 Tampa Point Blvd, MacDill AFB, FL, ATTN: Allison Hutchens (Contract Specialist)
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01542727-F 20080328/080326230521 (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.