Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOLICITATION NOTICE

59 -- MRTS Hardware Purchase for Training Aids - Attachments

Notice Date
7/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
MRTS_Hardware_Purchase_PR1300161589
 
Archive Date
8/25/2010
 
Point of Contact
Alana Nunez-Bennett, Phone: 4073818741, Robert A Orozco, Phone: 407-380-4173
 
E-Mail Address
alana.nunez-bennett@navy.mil, robert.orozco@navy.mil
(alana.nunez-bennett@navy.mil, robert.orozco@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Quote GPAT for Section 508 Specifications Brand Name Justification Naval Air Warfare Center Training Systems Division (NAWC TSD) Orlando intends to issue a firm fixed purchase order for the MRTS SCSS effort. The requirements for accessibility are based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and are determined to be relevant for the following program need: " Obtaining Training Aids ": QTY: 33 - Optiplex 960 Workstations QTY: 5 - Power Edge T410 Servers QTY: 1 - KVM Switch. The specific computer configurations are required to meet configuration management, and demonstrated reliability standards. 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 separate written solicitation will not be issued. Solicitation for PR# 1300161589 is issued as request for quotes (RFQ) and incorporates the provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-40, Effective 22 Apr 2010. The SIC Code for this solicitation is 7379, the FSC Code is 7021, and the NAICS Code is 541519 Note 18. Overview: The Government intends to set aside 100% of this requirement to a Service Disabled-Veteran Owned Small Business entity as stated in Federal Acquisition Regulations (FAR) 19.502-2 - Total Small Business Set-Asides. This is a BRAND NAME requirement for the NAWCTSD Multi-purpose Reconfigurable Training Systems (MRTS) project. The specific computer configuration is required to meet configuration management, and demonstrated reliability standards for the CSRR and SCSS MRTS program. These specific brand items meet configuration management requirements and maintain consistency between fielded trainers. All responsible offerors concerns may submit, a Quotation (refer to FAR 52.212-1 for Instructions), which, if timely received, will be considered by the Agency. Responsible offerors shall conform with the clauses included in this solicitation. All bids shall be received on the "Request For Quote" (RFQ) document attached. In addition, vendors shall submit their "Detailed Specifications" for items being requested. See specifications below. Delivery: Offerors are requested to provide its most expeditious delivery date after receipt of purchase order. Acceptance of delivery shall be made at destination within ten (10) days of delivery or earliest delivery time. Delivery shall be made FOB destination to each site listed above accordingly. Quotes shall include best delivery times and shipping shall be included in the unit price of the items based on the CLIN/SLIN structure. Delivery is the same for all three CLINs. Delivery shall be made FOB Destination in accordance with FAR 52.247-34 to: Attention: Mr. Julio Figueroa Jardon & Howard Technologies Inc. 2710 Discovery Drive, Suite 100 Orlando, FL 32826 Product Requirements: technical standards and functional performance criteria from 36 CFR part 1194 Subpart B have been determined to apply this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). The following items are required: CLIN 01: Optiplex 960 Workstations QTY: 33 Optiplex 960 Base Unit : Optiplex 960 Minitower Base Up to 90 Percent Efficient PSU PROCESSOR: Intel® Core TM 2 Quad Q9650 with VT (3.0GHz, 12M, 1333MHz FSB) OPERATING SYSTEM: Windows 7 downgradeable to Windows XP TM Pro,SP3, with Windows Vista Business License, 64 bit, English MEMORY: 16.0GB Non-ECC, 800MHz,DDR2,4 DIMM HARD DRIVE: 500GB 7,200 RPM 3.5" SATA, 3.0Gb/s Hard Drive with NCQ and 16MB Cache CD-Rom or DVD-Rom Drive: Cyberlink Power DVD 16X, no Media, Dell Optiplex VIDEO CARD: 512MB NVIDIA Quadro NVS 450 Quad DVI Adapter, Full Height MONITOR: No Monitor FLOPPY & MEDIA READER: No Floppy Drive SPEAKERS: Internal Chassis Speaker Option, Dell Optiplex tower KEYBOARD: No Keyboard MOUSE: No Mouse Sound card: Heat Sink, Mainstream, Dell Optiplex tower WARRANTY & SERVICE: 3 Year Limited Warranty plus 3 Year NBD On-Site Service Documents: Diskette in English (330-1710) & Power cord Power Supply: 90 Percent Efficient Thermal: Heat Sink for Core 2 Du0 processors No installation required Energy Star System: Energy Star 5.0 Category B (<44.3W Idle), EPEAT Gold, Dell ESMART Settings [Included in Price] Functional Computers Built to the following Specifications: CLIN 02: Power Edge T410 Servers: QTY: 5 PowerEdge T410: 224-6305 Processor: Intel Xeon 5560, 2.8 GHZ, 8M Cache, Turbo, HT 1333 MHZ memory Additional processor: Intel Xeon 5560, 2.8 GHZ, 8M Cache, Turbo, HT 1333 MHZ memory Memory: 32GB (8x4 GB0 1333MHZ Dual Ranked RDIMMs for 2 processors, Optimized Operating System: Windows Server 2008 R2, Enterprise Edition, Academic w/25CALs, 2008 license Hard Drive Config: 1TB 7.2 K RPM SATA 3 Gbps 3.2-in cabled hard drive Power supply: Non Redundant 525 watts OS Partitions: Max partition size for Microsoft Operating System Embedded Management: iDRAC6 Enterprise Network Adapter: Broadcom 5709 Dual Port 1 GbE NIC w/TOE iSCSI, PCIe-4 Internal Optical drive: DVD_RW, SATA, internal System Docs: Electronic system Documentation, OpenManager DVD kit with DMC Power Cord: Nema 5-15P to C13 Wall Plug, 125 v, 15 amp, 10 feet (3m) System Management: Microsoft SCE/SVMM Server management license 20 clients Hardware Support Services: 3 year ProSupport for IT and Mission Critical 4 hr 7x24 Onsite Pack. VIDEO CARD: 512MB NVIDIA Quadro NVS 450 Quad DVI Adapter, Full Height CLIN 003: KVM Switch Quantity: 1 Browser Support: Internet Explorer 6.0 and higher Type: Console - IP based Expansion: Dedicated Daisy-Chain Ports Humidity: 0-80%RH, non-condensing Local Console: VGA, PS/2 Maximum Resolution: 1600 X 1200 @ 75Hz Network Interface: RJ45 Number of ports: 8 RJ45s Number of users supported: 1 Remote or 1 Local Operating Temperature: 32 to 104 F (0 to 40 C) Power Supply: 100~240 VAC; 47~63 Hz; 1A Security: Password Protection Serial Connections: 1xRJ45 Server Connections: VGA, USB, PS/2 Evaluation Criteria: The Government will award a purchase order resulting from the RFQ to the responsible offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. The Government will award on a "lowest price technically acceptable" basis to the offeror meeting the specifications of this RFQ. Delivery will also be apart of the evaluation criteria. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. A firm fixed price Purchase Order will be awarded as a result. Technical acceptability will be based on the offeror providing a quote that satisfactorily meets the technical requirements stated herein. In addition, Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (i.e. a completed GPAT or VPAT or equivalent) will be eligible for any additional merit consideration. Lastly, a vendor's bid will not be considered if it is not submitted in the "Request For Quote" format provided with "Detailed Specifications." Acceptance Criteria: Inspection and acceptance of the items will be completed by Julio Figueroa at Jardon & Howard Technologies Inc. location. Supplies or services delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Provisions and Clauses: The following provisions and clauses are applicable to this procurement: FAR 52.212-1 (Instructions to Offeror -Commercial Items), 52.212-3 (Offeror Representations and Certifications-Commercial Items), 52.212-4 (Contract Terms and Conditions -commercial items), 52.219-1 (Small Business Program Representations), 52.219-6 (Notice of Total Small Business Set-Aside), 52.225-3 (Buy American Act - Free Trade Agreement Israeli Trade Act), 52.225-4 (Buy American Act - Free Trade Agreement Israeli Trade Act Alternate I), 52.232-33 (Payment by Electronic Funds Transfer - CCR), 52.233-3 (Protest After Award), and DFARS 252.212-7001. The provisions must be completed and returned. The following subparagraphs of FAR 52.212-5(b) apply: (8), (15), (16), (18), (19), (21), (24)(i)), (31) and (36). The following FAR/DFARS/NAVAIR clauses apply to this acquisition: 52.233-4, 5252.246-9512, 52.247-34, 52.252-1, 52.252-2, 5252.204-9504, 5252.246-9512 (Inspection and Acceptance), 5252.232-9513 (Wide Area Work Flow). The following DFARS clauses apply: 252.204-7000, 252.212-7001(b): (19), 252.232-7003 and 252.246-7000. The following clauses also apply: DFARS 252.204-7004 Alt A, Required Central Contractor Registration. Payment will be made through WAWF. Wide Area Work Flow (WAWF) will be utilized for invoicing and payment. For full text clauses visit http://farsite.hill.af.mil/VFFARA.HTM part 52 for FAR clauses; http://farsite.hill.af.mil/vfdfara.htm subpart 52 for DFARS clauses; and http://www.navair.navy.mil/doing_business/open_solicitations/clauses.cfm for NAVAIR clauses. Quotes are due at 12:00 PM EST on 10 Aug 2010 and shall be sent via electronic mail to alana.nunez-bennett @navy.mil with subject heading "Quote submission for PR # 1300161589-MRTS Hardware Purchase". Estimated award date is 27 Aug 2010. For information or questions concerning this solicitation, contact Alana Nunez-Bennett, Contract Specialist, at (407) 381-8741 or via e-mail at the above referenced e-address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/MRTS_Hardware_Purchase_PR1300161589/listing.html)
 
Place of Performance
Address: Attention: Mr. Julio Figueroa, Jardon & Howard Technologies Inc., 2710 Discovery Drive, Suite 100, Orlando, FL 32826, Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN02219890-W 20100729/100728000247-c30bdb132c1d1d1c0211ef7039bb5ec1 (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.