Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOLICITATION NOTICE

70 -- U.S. Department of State - EDAS FOX Optimized Custom Analysis Stations

Notice Date
9/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA11R0410
 
Archive Date
9/30/2011
 
Point of Contact
William E Todd, Phone: 7038753807, Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
toddwe2@state.gov, SanchezVJ@state.gov
(toddwe2@state.gov, SanchezVJ@state.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will be issued and is attached to this notice. The solicitation number is SAQMMA11R0410 and is issued as a request for proposals (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1000 employees or less. This requirement is set aside for all Service Disabled Veteran Owned Firms Only. The U.S. Department of State utilizes various types of computers and workstations to meet their needs. This particular requirement comes from the Bureau of Diplomatic Security Office of Computer Investigations and Forensics Laboratory (DS/ICI/CIF) for the examination and analysis of digital data seized or captured during the course of investigations being conducted by or in cooperation with the Diplomatic Security Service. The specialized software used to conduct forensic examinations requires systems which meet exacting specifications in order to perform at maximum efficiency. These programs place high demands on both the system processors and RAM. The utilization of large quantities of certified high speed RAM and dual multi-core processors allow rapid execution of requests to the system. As a result these systems generated much more heat than a standard desktop computer and must be outfitted with multiple fans which cool the processors, chipsets, hard disk drives and RAM. Properly configured cases, with customized wire management, aid in maximizing airflow within the case and assist in keeping internal temperatures at reduced levels. Multiple low noise fans are also necessary for the cooling of the systems and minimization of noise in the lab which has 6 to 10 systems operating at each workstation. The systems must also provide easy tool less access to the internal system components to provide for quick and easy access for the addition or replacement of internal components. Transitioning from one data set (case) to the next requires that data drives in the system be replaced with sanitized drives to ensure that no data from previous cases is mingled with the new case evidence. The use of tray less hot swappable drive bays, accessible from outside the system, facilitates this exchange of drives without tools and without having to enter the system case, unplug power and data cables and remove and replace multiple screws. Cases comprised of large data sets require supplemental external storage devices which must be connected to the forensic workstation via high speed data ports. These high speed data ports should be, when possible, accessible from the front or rear of the system. In accordance with these requirements twenty (20) workstations built to the following technical specifications for the capabilities described herein are required for delivery (Government preference is 30 Days after award), however delivery time schedule will be a evaluation factor therefore all firms are requested to offer a date they can make delivery by, in additional all parts and labor must be warranty for up to 3 years minimum: Full 10 bay tower configured with built-in user touch sensor and maximum air-flow with two (2) top exhaust green (optional) led fans -120x120x25mm, 2000rpm 17dBA led fans, one (1) rear exhaust fan -120mm,1200rpm, 17dBA and one (1) side intake fan -200x230x30mm, 900 rpm, 150 cfm with the following front I/O ports -4 x usb 3.0, 4 x usb 2.0, 1 x eSATA, 1 x 1394a, 1 x Mic, 1 Intel HD / AC 97 audio ports with customized wire management, maximizing air flow and durability. Dual Intel Xeon X5680 Westmere 3.33GHz 12MB L3 Cache LGA 1366 130W Six-Core Server Processors with Intel CPU Active heat sinks with fixed fans SuperMicro Server Motherboard with Dual Intel 5520(Tylersburg) chipsets, customized and cooled with two (2) 40mm 3500rpm fans for best system performance and stability, Intel 82576 Dual-Port Gigabit Ethernet controller, 6x SATA2 ports via ICH10R controller, 7x PCI-E 2.0 (x8) slots 48GB DDR3 1333 Registered ECC Intel Certified Kingston Server Memory with lifetime manufacturer warranty Western Digital 600GB VelociRaptor SATA 10000 RPM 32MB Cache 2.5 inch 6GB/S -5yr. Limited manufacturer warranty -OS Volume Western Digital Caviar Black 1.5TB SATA 7200 RPM 64MB Cache SATA 6.0Gb/s 3.5 inch -5yr. Limited manufacturer Warranty -Data Volume ATTO ExpressPCI x4 UL5D Low-Profile Ultra320 SCSI host adapter with Dual Stacked independent external SCSI connections with throughput of up to 320MB/s per channel fora combined speed of up to 640MB/s LG 12 X Blu-Ray Triple Burner with Lightscribe support Write: BD-R: 12X BD-R DL: 8x BD-RE: 2x BD-RE DL: 2X BD-R LTH: 6x DVD+R-R: 16X DVD+RW-RW: 8X6X DVD+R DL-R DL: 8X DVD-RAM: 12X CD-R: 48X CD-RW: 24X Read: BD-ROM: 12X BD-R: 12X BD-R DL: 8x BD-RE: 8x BD-RE DL: 6x BD-R LTH: 6x BDMV: 4.8X DVD-ROM SL: 16X DVD-ROM DL: 12X DVD+R-R: 16X DVD+RW-RW: 12X DVD+R DL-R DL: 12X CD-ROM: 48X DVD-RAM: 12X DVD-Video: 4.8X CD-ROM: 48X CD-R: 48x CD-RW: 40x CD-DA (DAE): MSI GeForce GTS 450(Fermi) 1GB 128-bit GDDR5 PCI Express 2.0 x16 HDCP Ready SLI Support Video Card 5 x WeibeTech RTX 100H hardened tray less SATA hot-plug bays 3 x eSATA ports, (2 back,1 front) 6 USB 2.0 ports (2 back,4 front) 5 USB 3.0 ports (1 back,4 front) 2 FW 800 1394bports (2 back) 1250W PSU 80PLUS Bronze Certified, 12CPU/GPU + 24 Drives MAX, 99%12v Power, heat, with Power, Air and Cord guard PSU-5 yr. manufacturer warranty SIM Analysis Toolkit included 7-1 HD x-FiXtreme audio 15-1 Read Only external eSATA and USB 2.0/1.1media card reader Microsoft USB keyboard and mouse Microsoft Software Windows 7 Ultimate 64Bit English 1PK DSP DVD Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted to William Todd via email no later than Tuesday September 28, 2011 7:00PM EST, Questions not received within a reasonable time prior to close of the solicitation may not be considered. All proposals must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. All firms will be evaluated in accordance with FAR 52.212-2. The Government will award a one-time purchase order under simplified acquisition procedures to the most advantageous offer to the Government, price, and other factors considered. The following factors shall be used to evaluate offers in order of importance: 1. Adherence and demonstration of utilizing the technical specifications, 2. Price, 3. Past Performance and 4. delivery timeframe offered. Technical and past performance, when combined are equal to price considerations. All offers must be submitted directly to the points of contact listed on this notice via email before the closing date of this notice. No extensions will be granted due to the timeframe available to make award determinations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0410/listing.html)
 
Place of Performance
Address: Washington DC Metropolitan Area, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN02596733-W 20110930/110929000658-94f4469cfa199beb305a338158ab5a3a (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.