Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

69 -- DDG-51 Classroom Refresh

Notice Date
9/14/2010
 
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
N61339-10-T-0021
 
Archive Date
10/2/2010
 
Point of Contact
Andrea L Gordon, Phone: (407) 380-4389
 
E-Mail Address
andrea.gordon@navy.mil
(andrea.gordon@navy.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is a combined synopsis/solicitation for commercial items 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; request for quotes are being requested and a written solicitation will not be issued. This solicitation, reference number N61339-10-T-0021, incorporates the provisions and clauses in effect through FAC 2005-38 (correction). All timely offers will be considered. This procurement is being solicited as a 100% HUBZone set-aside. The North American Industry Classification System (NAICS) Code for this requirement is 541519 with a business size of 150 employees. This procurement will be awarded using the Simplified Acquisition Procedures a firm fixed price contract is contemplated. Requirements/Specifications: Items for CLINs 0001 through 0004 must be brand name. CLINs 0005 through 0009 are brand name or equal. The CLIN structure of this acquisition will be as follows: CLIN 0001: Synology DS209 2100 NAS Server Network Storage (Qty 1) CLIN 0002: Ergotron DS100 Dual Monitor Stands (Qty 17) CLIN 0003: nVidia GeForce 9800 GT Video Card (Qty 2) CLIN 0004 : PNY nVidia Quadro FX3800 Graphics Adapter (Qty 4) CLIN 0005: Netgear JGS524 24-Port Gigabit Network Switches [or Equal] (Qty 2) CLIN 0006: TrippLite TLP808 8-Outlet Power Strip [or Equal] (Qty 17) CLIN 0007: Broadcom NetXtreme Gigabit Ethernet PCIe NIC Card [or Equal] (Qty 4) CLIN 0008: Seagate Barracuda 160GB Hard Drive 10K RPM [or Equal] (Qty 6) CLIN 0009: Hitachi StarBoard FX-77G-II + Hitachi CP-D10 Digital Projector [or Equal] (Qty 1) CLIN 0010: Computer Tables (Qty 17) CLIN 0011: Blue Fabric Task Chairs (Qty 17) CLIN 0012: CAT 5e 100foot Cables (Qty 20) The Government's Requirements for the items to be acquired are as follows: CLIN 0001: Synology DS209 NAS Server Network Storage, Part #:N82E16822108035 • 2TB • Network Interface • 1 Gibabit/Sec CLIN 0002: Ergotron DS100 Dual Monitor Stands, Part #:33-322-200 • Height adjustable • Tilt left and right CLIN 0003: nVidia GeForce 9800 GT Video Card, Part #:512-P3-N975-AR • 1GB0GDDR3 • Memory Bandwith + 57.6 GB/Sec or better • Required modified video drivers • Compatible with UHR 560T Tek Panel CLIN 0004: PNY nVidia Quadro FX3800 Graphics Adapter, Part #:0751492411668 • 1GB • GDDR3 SDRAM 256-bit CLIN 0005: Netgear JGS524 24-Port Gigabit Network Switches [or Equal], Part#:N100-1630 • 24 Ports • 10/100/1000 Gigabit/sec • Switching bandwidth = 48 Gigabit/sec CLIN 0006: TrippLite TLP808 8-Outlet Power Strip [or Equal], Part#:T105-5064 • 8 Outlets • 6 Feet or Longer CLIN 0007: Broadcom NetXtreme Gigabit Ethernet PCIe NIC Card [or Equal], Part#:EA833AA • 10/100/1000 Base - T • PCI-e Interface Type CLIN 0008: Seagate Barracuda 160GB Hard Drive 10K RPM [or Equal], Part#ST9146803SS • 10K RPM • 160 GB or better • SAS-2 interface type CLIN 0009: Hitachi StarBoard FX-77G-II + Hitachi CP-D10 Digital Projector [or Equal], Part#:FX-77G-II_CP-D10 • Low-glare surface to minimize projector reflection • Works with USB bus power, no AC adaptor necessary • Electronic-free surface for durability • Electronic pen with 2 customizable side buttons • Screen Size: 77" diagonal • Dimensions: 70.6"W x 48"H x 2.7"D CLIN 0010: Computer Tables • 48"W x 29"H x 24"D • Built-in CPU Holder • Built-in Power Strip Holder • Wire channeling through top, legs and CPU bay • Keyboard Tray CLIN 0011: Blue Fabric Task Chairs • Support Arms • Roller • Height Adjustment • Built in Lumbar Support • Weight Capacity 400lbs • Meets or exceeds ANSI/BIFMA standards CLIN 0012: CAT 5e 100foot Cables • 100 feet • Snagless boots • Blue Deliverable items will be insured through final destination by the award recipient. Evaluation Process: The government expects to award a firm fixed price commercial purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quote represents the best value based on technical capability, price and delivery terms. Payments will be made through Wide Area Work Flow (WAWF). More information will be provided upon contract award. This proposal evaluation and award is a streamlined evaluation and award conducted pursuant to FAR 12.602, FAR 13.106-2, and Subpart 13.5. Under these FAR provisions, the government is not required to use formal source selection procedures of FAR subpart 15.3. Accordingly, this contract evaluation and award is not being conducted using formal source selection procedures of FAR subpart 15.3. Quotes shall include best delivery terms. Delivery shall be made FOB destination to: Robert Kue NAWCTSD In-Service Engineering Office 320A Dewey Ave BLDG 238, RM 127 Great Lakes, IL 60088 The following FAR/DFARS provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items JUN 2008 52.212-3 Offeror Representations and Certifications-Commercial Items AUG 2009 252.212-7000 Offeror Representations and Certifications-Commercial Items JUN 2005 52.225-2 Buy American Act Certificate (FEB 2009) The following FAR/DFARS clauses apply to this acquisition: 52.204-7 Central Contractor Registration APR 2008 52.212-4 Contract Terms and Conditions-Commercial Items MAR 2009 29.401-3(a)(3) Federal, State and Local Taxes APR 2003 252.204-7006 Billing Instructions OCT 2005 252.232-7010 Levies on Contract Payments DEC 2006 52.212-5 Contract Terms and Conditions Required to implement statutes or executive orders-commercial items (DEC 2008) Within 52.212-5, the following clauses apply: 52.203-6 Restrictions of Subcontractor Sales To The Government (SEP 2006) ALT 1 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor-Cooperation with Authorities and Remedies AUG 2009 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 22.1310(a) Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action for Workers with disabilities JUN 1998 22.1310(b) Employment Reports On Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans SEP 2006 52.222-50 Combating Trafficking in Persons FEB 2009 52.225-1 Buy American Act-Supplies FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law For Breach of Contract Claim OCT 2004 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (JAN 2009) Within 252.212-7001: 52.203-3 Gratuties 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payment Program JULY 2009 252.232-7003 Electronic Submission of Payment Requests MAR 2008 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) PROPOSAL SUBMISSION Proposal shall be submitted as follows: 1. Contractor shall provide a cost proposal. At a minimum, the cost proposal shall provide unit prices for the quantities of materials detailed and any other costs associated with satisfying the government's requirements. 2. Contractor shall provide a delivery schedule. 3. Contractor shall provide COTS technical documentation as described in FAR 52.211-6 that detail compliance with the Government's requirements stated above. At a minimum, technical documentation shall include user manuals and product specifications and shall cover all system components. Vendors shall provide Representations and Certifications. If vendors are registered in ORCA, vendors shall submit supplemental information not provided in ORCA. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the internet at http://farsire.hill.af.mil. Vendors must be registered in the Central Contractor Registration (CCR), http://ww.ccr.gov/. Quotes shall be received no later than 12:30 pm EST, September 17, 2010. Proposals must be in writing and may be faxed, electronically via e-mail or mailed to: Naval Air Warfare Center Training Systems Division Orlando, Florida, 12350 Research Parkway, Orlando FL 32826, attn: Andrea Gordon-Eubanks, Fax: 407-380-4164, Telephone: 407-380-4389, E-mail: sara.quesinberry@navy.mil. Vendors submitting their proposals via email are cautioned that files over 10MB and.zip files may be rejected by the Navy's server. To ensure quotes are received in a timely fashion, vendors are highly encouraged to use multiple delivery methods. Please confirm receipt prior to closing date and time. For information or questions regarding this RFQ, contact Andrea Gordon-Eubanks at (407) 380-4389.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-T-0021/listing.html)
 
Place of Performance
Address: Great Lakes, Illinois, United States
 
Record
SN02280450-W 20100916/100914235226-84d4091f0ab99a288b9ad0cd8a1914a3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.