Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

70 -- Purchase Of Computer Equipment

Notice Date
8/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-08-Q-TED428R
 
Archive Date
9/12/2008
 
Point of Contact
James A Lassiter,, Phone: (757)686-2149, Carrie J. Houck,,
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. Request For Quotation (RFQ) number HSCG44-08-Q-TED428R is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The US Coast Guard Command and Control Engineering Center (C2CEN) intends to award a Firm Fixed Price (FFP) purchase order using Simplified Acquisition Procedures for the purchase of 30 each Computers, these computers are to meet the exact specifications as listed below. All Items are to be New, Used items are not acceptable. These Items must be IEC-60945 Certified. This IS NOT A SMALL BUSINESS SET-ASIDE. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 334111 and the small business size standard is 1000 Employees. All Items are to be delivered to US Coast Guard C2CEN, 4000 Coast Guard Blvd. Portsmouth VA. 23703-2135. FOB Destination offers are strongly desired. FOB Origin offers must include shipping charges to be considered responsive. Inspection and acceptance of all Units shall be performed by the USCG C2CEN COTR/Technical Representatives. Required delivery date for all Items is 30 Days ARO (After Receipt of Order). Packaging and marking: shall be in accordance with ASTM D3951-98 approved Nov. 10, 1998, Commercial Packaging, Shipping and Storage Procedures. Each container shall have a copy of the packing slip attached indicating the, Part number, Purchase Order Number, and Serial Number. Packaging Material may consist of popcorn, shredded paper, Styrofoam or any other type of material that will provide a high level of protection to these Electronic Units. All responsible sources may submit an offer which shall be considered by the agency. Anticipated award date is Aug/28/ 2008. This date is approximate and not exact. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering price, technical specifications, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2008) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions –Commercial Items (FEB 2007) with the following addendas: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated. FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Oct 2003). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer – CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (MAY 2008), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.222-50 Combat Trafficking in Persons(AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). Quotes may be submitted on company letterhead stationary and must include the following information: Cost breakdown Unit Price, Extended Price, Estimated Completion time frame, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Aug/28/2008 @8:00 AM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailedtoPrimary POC JamesA.Lassiter, Contract Specialist, James.A.Lassiter@uscg.mil (757) 686-2149 for questions regarding this solicitation. Secondary POC Carrie F. Houck Carrie.F.Houck@uscg.mil (757) 686-4215 *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by Aug/28/2008 @ 8:00AM EST. In addition to prices the offeror is to provide Delivery Information in reference to meeting the delivery requirements as stated above. (30 days ARO) and provide Shipping Terms as well. Firm Fixed Prices- these contract Unit cost are not to be modified/increased. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Specifications for the Computer Equipment: THESE ITEMS MUST BE IEC-60945 CERTIFIED 30each of: THESE ITEMS MUST BE IEC-60945 CERTIFIED 1 4U 19" ATX Shortened Industrial Rackmount Chassis - 17.7" Rack Depth - (Black) 1 Intel Pentium4/Celeron Processor Based ATX Motherboard (Portwell PEB-7703GA) 1 Intel Pentium4 2.8 GHz Processor - 533 MHz FSB - 512k (L2 Cache) - PGA-478 Package - (0.13 Micron Process Technology) 2 512 MB DDR-266 Non-ECC Unbuffered 1.15" Low-Profile 184-Pin DIMM- CL2.5 (1GB total System Memory) 1 Intel 875 (NorthBridge) & 6300ESB (SouthBridge) Chipset 1 Matrox Millennium G550 AGP 4x Based Graphics Adapter- 32MB Graphics Memory - Analog (HD-15) & (DVI-I) Outputs 1 80GB Ultra-ATA /100 3.5" Internal Hard Drive - 7200 RPM- 2MB Data Buffer 1 Internal 5.25" EIDE CD-RW/DVD-ROM Drive - 52x/32x/52x (16X-DVD) - 2MB Data Buffer - Retail - (Black) 1 1.44MB 3.5" Internal Floppy Disk Drive (Black) 1 Intel 82547GI 10BaseT/100BaseTX/ 1000BaseT Gigabit Ethernet Controller- (RJ-45 Interface) 2 RS-232 Serial Ports - (DB9) 1 Parallel Port - Supports SPP, EPP, & ECP Modes - (DB-25) 2 PS/2 Keyboard & Mouse Ports 4 USB 2.0 Port- (4 Rear) 1 AC'97 Compliant Audio Controller - (Line-In, Line-out, Mic-In) 1 AGP 8x Slot- (Occupied by Graphics Adapter) 2 32-Bit/ 33MHz PCI Slots- (All Available) 2 64-Bit/ 66MHz PCI-X Slots- (1 Available - 2nd Available, But Shared With ISA Slot) 2 16-Bit ISA Slots - (1 Available - 2nd Available, But Shared With PCI-X Slot) 1 Odyssey Power Supply Assembly 0 No Operatin System THESE ITEMS MUST BE IEC-60945 CERTIFIED ***Do not substitute***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ba4107dab32fe74ebe00f446213edbcd&tab=core&_cview=1)
 
Record
SN01649288-W 20080824/080822224038-ba4107dab32fe74ebe00f446213edbcd (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.