Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

D -- SMALL CONVERSION DEVICE : 2 U RACK-MOUNT INDUSTRIAL PC CHASSIS WITH PASSIVEBACKPLANE

Notice Date
6/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG11386655Q
 
Response Due
6/27/2011
 
Archive Date
6/16/2012
 
Point of Contact
Torey Stevenson, Buyer, Phone 301-286-8163, Fax 301-286-1773, Email torey.d.stevenson@nasa.gov
 
E-Mail Address
Torey Stevenson
(torey.d.stevenson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for:NASA/GSFC has a requirement for the acquisition of a Small Conversion Device (SCD): 2 URack-Mount Industrial PC Chassis with Passive Backplane. Quantity is 34 each.CHASSIS:Mounting Configuration - rack-mount (EIA RS-310C Standard 19)Height, Rack Unit - 2U (3.5)Protection Rating - NEMA 1Color - blackFront Panel Material - steelChassis Material - steelMounting Flanges - removable rack-mounting flanges with handles includedProtective Door -locking protective door - 2 keys (must protect all drive bays, resetswitch, power switch and USB port(s) (if any)SWITCHES & INDICATORS:Front Panel Controls - 1 on/off switch (behind locking door) 1 reset switch (behind locking door)Indicators - power on/off LED on front panel hard drive activity LED on front panel floppy drive activity LED on front panelCOOLING:Standard - sufficientAir Filter Location - frontRemovable/Washable - Yes/YesEXPANSION SLOTS:Backplane Type Accommodated - passive backplane systemSlot Quantity of Backplane - 5 or 6 slotsSlot Length Standard (card size)- full-lengthCard Length - 13.5 longPOWER:AC Input PowerDRIVE BAYS:5.25 Drive Bay, Standard - 1 (horizontal)Height (1.6) Front Access3.5 Drive Bays, Standard - 5(1 horizontal)Height (1.0) Front AccessAUDIO:Speaker(s) - built-in speaker(s)DIMENSIONS:Rack Width - EIA RS-310C standard 19 at flangesWidth (without removable flanges)- 16.88Height - 3.47Depth - 22.08Depth Behind Panel (rack depth)- 20.76Protrusion from Rack (including handles) - 1.23'SAFETY & STANDARDS COMPLIANCE:Protection Rating - NEMA 15.25 DRIVE BAY:Access - externalDrive - dual layer DVD/R, CD/RW drive, internal, blackCHIP:Type - 3.4GHz (or greater) Pentium 4 SBC (no O.S., no RAM) PICMG 1.0 single-board computer with 3.4GHz (or greater) Pentium 4 CPU + VGA + LAN + SATA + USB + and audioRAM:Type - 1 GB DDR2 240-pin DIMM 1 GB DDR2 SDRAM memory module&240-pin upgradeHARD DRIVE:Size & Type - minimum of 500 GB 3.5 SATA HDD, 7200 rpm + internalINTERNAL DRIVE BAYS:Requirement - Allow for the mounting of two (2) internal Hard Drives5.25 DRIVE BAY:Access - externalDrive - dual layer DVD/R, CD/RW drive, internal, blackBACKPLANE:Type - PICMG 1.0 passive backplane 5 slots (4 PCI, 1 PICMG)POWER SUPPLY:Type - 400W ATX with PFC, 90 to 264VAC input, PS/2 sizeFLOPPY DRIVE:Type - IDE 3.5 floppy drive, internal, blackRACK SLIDE SET:Type - '20 rack slide set for RNAA + RNCC + and RNT rack-mount + 20The provisions and clauses in the RFQ are those in effect through FAC 2005-47.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334111respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA's GSFC, Greenbelt, MD20771 is required within 30 days ARO. Deliveryshall be FOB Destination.Offers for the items(s) described above are due by June 27, 2011 by 12:00 pm totorey.d.stevenson@nasa.gov and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22U.S.C. 7104(g))Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)); 52.233-3, ProtestAfter Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of ContractClaim (OCT 2004) (Pub. L. 108-77, 108-78);52.219-28, Post Award Small Business ProgramRepresentation (APR 2009) (15 U.S.C.632 (a)(2)); 52.222-3, Convict Labor (JUN 2003) (E.O.11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUL 2010) (E.O.13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, EqualOpportunity (MAR 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans, (SEP2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (OCT2010) (29 U.S.C. 793);52.223-18, Contractor Policy to Ban Text Messaging While Driving SEP 2010); 52.225-1, BuyAmerican Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d);52.225-3, Buy American Act--FreeTrade Agreements--Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note,19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub.L. 108-77, 108-78, 108-286, 108-302,109-53, 109-169, 109-283, and 110-138); 52.225-13, Restrictions on Certain ForeignPurchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office ofForeign Assets Control of the Department of the Treasury)and 52.232-33, Payment byElectronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to ToreyStevenson not later than June 24, 2011. Telephone questions will not be accepted.Selection and award will be made to the lowest priced and technically acceptable offeror. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications -Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG11386655Q/listing.html)
 
Record
SN02475175-W 20110618/110616235120-75860b8a5552676fd1e6cd9942a21ed8 (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.