Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

R -- Forensic Workstations

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
RQ870120000908-Revised
 
Archive Date
10/1/2008
 
Point of Contact
LeStancia N. Spaght,, Phone: (202) 648-9130
 
E-Mail Address
LeStancia.Spaght@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement for Forensic Workstations. The offeror shall provide a prototype of the forensic workstation to ATF. IMPORTANT: This prototype shall be developed and delivered at the offerors expense. The offeror shall deliver the prototype to Sterling, VA. This is a combined synopsis/solicitation for commercial items prepared in accordance with the form in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number is RQ 870120000908-Revised. The specifications are as follows: Forensic Workstation - AMD Phenom Quad 2.3GHz; 12-Bay Full Tower Chassis; 650W PS Ultra Quiet - 4GB Kingston DDR2; 800MHz RAM; 150GB 10K RPM 8M HDD for OS; DVDRW; 1.44 Floppy and Media Card Reader; Seven USB 2.0/1.x Ports (three front) – minimum; Three IEEE 1394a (one front) – minimum; Two IEEE 1394b (one front) – minimum; NX8400GS 512MB Video HDTV out; FW800/USB2.0 - Tableau T335 Write Block Drive Controller; 4 Promise Superswap - two SATA and two IDE 5.25” Swap Bays - 1xSATA RO, 1xSATA RW, 1xIDE RO, 1xIDE RW; Keyboard and Optical Mouse; Installation/Configuration - Assemble components and burn-in, delivered to Sterling VA; Customer provided hard drive image, to be loaded onto all units prior to delivery of awarded unit; 3-Year Depot Parts and Labor Warranty, with stand-by unit ready for immediate shipment 24/7/365 (no exceptions); Equipment must be compatible with our custom build of SMART Slackware 2.4 and 2.6 as well as Windows XP and must function with a duel boot load on the hard drive. ATF does not currently know how many units it is considering for purchase. The quantity will be determined based on the prototype that offers the best product and cost. The image does not need to be pre-loaded; however after award that image will be provided to the awardee to load on the workstations to be purchased. Award will be made based on the best value to the Government. Quality, performance, compliance with the specifications and price are factors for award. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors—Commercial Items; FAR 52.212-3, Offeror Representations and Certifications—Commercial Items; FAR 52.212-4, Contract Terms and Conditions—Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items. These clauses are in effect through Federal Acquisition Circular 2005-26 effective on June 12, 2008. No addenda apply to these provisions and clauses. The NAICS code is 541512. Quotes/submissions must include price and best delivery time as well as a prototype. The awardee must be registered in the Central Contractor Registration (CCR) database to receive payment. If not already registered, register for CCR on-line at http://www.ccr.gov/. All interested parties must submit a quote by September 16, 2008. Quotes must be received no later than 3:00 p.m. on September 16, 2008. Quotes are acceptable by e-mail LeStancia.Spaght@atf.gov. IMPORTANT NOTE: The prototype should be delivered to Sterling, VA and the quotes (prices and best delivery time) should be sent via email to LeStancia.Spaght@atf.gov. If an offeror is responding to this solicitation contact the Contracting Officer for the specific delivery address and point of contact in Sterling, VA.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=16245bdce4e8ceaf8c5d9d1f244d18a7&tab=core&_cview=1)
 
Place of Performance
Address: Sterling, Virginia, United States
 
Record
SN01657381-W 20080904/080902221555-16245bdce4e8ceaf8c5d9d1f244d18a7 (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.