Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

70 -- ACC PA AV Computers

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-09-T-0042S
 
Archive Date
10/10/2009
 
Point of Contact
Karin Walls, Phone: 757 225-7723, M. Joy de Lande, Phone: 757-225-7724
 
E-Mail Address
karin.walls@langley.af.mil, joy.delande@langley.af.mil
(karin.walls@langley.af.mil, joy.delande@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION  DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) and is being issued as 100% full and open. Request brand name or equal. If providing an or equal item, the quote must state the items are an or equal and the prospective offeror has the responsibility to ensure that any or equal items proposed are bonafide or equals to the items requested and must provide any descriptive literature and/or specifications with their quote by the specified due date for receipt of quotes, to assist in the evaluation of their or equal. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36, Effective 10 Sep 2009. All responsible sources offering the HP and Alienware Area-51 Brand name or EQUAL equipment stated below may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code is 334111 1. Description: ITEM 0001 - HP Brand name or EQUAL Desktop Systems - (6 total/3 each) delivered to Langley AFB Va, Beale AFB CA and Nellis AFB NV (FOB Destination) (all locations in CONUS) • Nomenclature: SMART BUY XW8400 2 XEON 5450 3 • Genuine Windows Vista Business 64 • Dual Core Intel Xeon Processor 5100 Series • Quad Core Intel XEON processor X5365 (3.00 GHz, 2x4 MB L2 cache, 1333 MHz FSB) • SMART BUY NVIDIA QUADRON V5600 • (3) 1 TB SATA 3GB/S NCQ • 4MB L2 Cache • DVD +/- RW Double Layer Light Scribe • LSI 8888 ELP 8 PORT SAS HW RAID • 4 GB 1x4GB DDR2-667 ECC FBD XW6 • Integrated Hi-Def audio with Jack Retasking Technology; Optional Sound Blaster X-Fi XtremeMusic (PCI) • Integrated Broadcom 5752 Gigabit PCIe NIC; Optional Broadcom 5751 NetXtreme Gigabit PCIe NIC • APPLE CINEMA 30" DVI SLV • Protected by HP Services, Including a 3 years parts, 3 years labor, and 3 years onsite service (3/3/3) standard warranty ITEM 0002 - Alienware Area-51 Brand name or EQUAL Notebook Systems - (145 total) delivered to 16 Air Force bases (see below): 11 ea to Langley AFB Va; 8 ea to Barksdale AFB, LA; 6 ea to Beale AFB CA; 10 ea to Davis Monthan AFB AZ; 10 ea to Dyess AFB TX; 7 ea to Ellsworth AFB SD; 10 ea to Holloman AFB NM; 7 ea to Minot AFB ND; 10 ea to Moody AFB GA; 8 ea to Mountain Home AFB ID; 15 ea to Nellis AFB NV; 13 ea to Offutt AFB NE; 8 ea to Seymour Johnson AFB NC; 8 ea to Shaw AFB SC; and 5 ea to Whiteman AFB MO (FOB Destination) (all locations in CONUS) • Nomenclature: ALIENWARE AREA-51 15x CTO System, Model #M15X-CTO • Silver Ripley Design, Display 15.4" Wide UXGA 1920 x 1200 LCD (1200p) • Blue Video/Graphic Card: 512 MB NVIDIA QUADRO FX 3600M • Intel Dual Core Extreme X9000 2.8 GHz (6MB CACHW 800 MHz FSB) • Genuine Windows Vista Ultimate 64-bit Edition with Service Pack 1 Plus Free Windows 7 upgrade option • 4GB Dual Channel DDR2 SO-DIMM at 66 MHz x 2048 MB System Drive • 500 GB 7200 rpm (16 MB Cache) with free fall protection • Optical drives 8X Dual Layer Burner, DVD/RW; CD-RW with Light Scribe Technology • Wireless internal 4965 a/b/g Draft-N mini-card • High definition audio with Surround Sound • 3-yr on site warranty and 24/7 toll free phone support ITEM 0003 - Imaging Service pre-loaded to each of the desktop/laptop systems described in ITEM 0002 above. (145 total) ITEM 0004 - 500 GB Passport Essential Hard Drive (145 total). Delivered to 16 Air Force bases (see below): 11 ea to Langley AFB Va; 8 ea to Barksdale AFB, LA; 6 ea to Beale AFB CA; 10 ea to Davis Monthan AFB AZ; 10 ea to Dyess AFB TX; 7 ea to Ellsworth AFB SD; 10 ea to Holloman AFB NM; 7 ea to Minot AFB ND; 10 ea to Moody AFB GA; 8 ea to Mountain Home AFB ID; 15 ea to Nellis AFB NV; 13 ea to Offutt AFB NE; 8 ea to Seymour Johnson AFB NC; 8 ea to Shaw AFB SC; and 5 ea to Whiteman AFB MO (FOB Destination) (all locations in CONUS) NOTE: All potential bidders must meet all salient characteristics listed in the above descriptions as brand name or equal. In addition, all products must be manufacturer new. Prices must be submitted based on FOB Destination prices. 2. Delivery: 30 Days ARO FOB Destination 3. EVALUATION: Award will be made on the basis of the lowest priced proposals meeting or exceeding the salient characteristics listed for Brand Name or EQUAL. Delivery must be in full by the required delivery date. The Government may make multiple awards in order to obtain the best overall value for the Government. The Government reserves the right to award a single award or make multiple awards in order to obtain the overall best value for the Government. 4. Delivery Location(s): As stated above in paragraph 1. 5. The following provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial b. 52.212-2 Evaluation - Commercial Items Evaluation will be based on the following factors: Lowest price meeting brand name or equal technical specifications) c. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions - Commercial Items e. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. f. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) g. 52.247-34 F.O.B. Destination h. 52.252-1 Soliciation Provisions Incorporated by Reference i. 52.252-2 Clauses Incorporated by Reference j. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items k. 252.232-7003 Electronic Submission of Payment Requests l. 252.246-7000 Material Inspection and Receiving Report m. AFFARS 5352.201-9101, Ombudsman. (Ombudsman for this acquisition is Mr. Eric Thaxton, 129 Andrews St., Suite 136, Langley AFB, 23665-2769, phone number (757) 764-5371, email address: eric.thaxton@langley.af.mil. 6. Commercial Warranty applies: Please state the commercial warranty terms within your quote along with identifying any additional warranty information that is applicable. 7. GSA or Open Market Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule) Quotes will be accepted via email only. Email karin.walls@Langley.af.mil NLT 25 Sep 09, 4:00 PM Eastern Standard time. Questions regarding this RFQ can be directed to Ms. Karin Walls, Phone: 757-225-7723. Recommend that you call to verify receipt of quotes. Please email a copy of quote to Ms. Joy de Lande, joy.delande@langley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-09-T-0042S/listing.html)
 
Place of Performance
Address: Various Locations - see description, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01964834-W 20090924/090923000449-24a5751ffb132d8ab8e298807abd0d0d (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.