Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

58 -- CUSTOM EDITOR/COMPUTER

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002843560043-44
 
Archive Date
2/20/2015
 
Point of Contact
Quevale Mickles, Phone: 951-413-2299, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
quevale.h.mickles.civ@mail.mil, susan.m.madrid.civ@mail.mil
(quevale.h.mickles.civ@mail.mil, susan.m.madrid.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION: HQ002843560043-44 Title: CUSTOM EDITOR/COMPUTER Description: COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This is a Brand Name – see attached justification. a. Solicitation Number HQ002843560043-44 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-78, effective 26 Dec 2014 and DFARS Change Notice 20150115. c. This procurement is brand name; associated with NAICS Code 334118 with a size standard of 1000 and is unrestricted. d. Description: CLIN 0001: CUSTOM EDITOR TOWER: Description: ADK CUSTOM EDITOR TOWER; C/O: 1EA CASE(CS-ADKTOWER CASE), 1EA COOLER MASTER SILENT PRO GOLD 1200W QUAD SLI(PS-CM/SILENPRO1200), 1EA MOTHERBOARD CORE I7 HW-E X99 XEON E5V3 SUPPORT UP TO 64GIG RAM 5X PCIE 16X 1-PCIE8X(MB-HW-E X99 ADK), 1EA INTEL 12 CORE E5-2690 V3 2.60GHZ 30M CACHE DDR4 135W TDP SOCKET LGA2011-3(IP-E5-2690), 1EA ZALMAN LIQUID COOLER SELF-CONTAINED QUIET(FC-ZWATER), 2EA NOCTUA NF-S12 1200 RPM 120MM QUIET CASE FAN(FC-NFS1212), 8EA ADK DDR4 8G 2666 MEMORY 1.25V(MDR4-A8G2666), 1EA OS/PROGRAMS DRIVE SAMSUNG 850 PRO INTERNAL SOLID STATE DRIVE 256GB 2.5IN(SSD-S850PRO/256), 1EA CACHE/STORAGE SAMSUNG 850 PRO INTERNAL SOLID STATE DRIVE 512GB 2.5IN(SSD-S850PRO/512), 1EA THUNDERBOLT EX CONTROLLER CARD(SC-THUNDERBOLTEX), 1EA GEFORCE GTX 980 4GB VIDEO CARD(VD-G/GTX9804GB), 1EA ASUS BW-12B1ST INTERNAL BLU-RAY WRITER(DVD-A/BW-12B1ST), 1EA DECKLINK STUDIO 4K(VC-BDSTUDIO4K), 1EA USB 3.0 FLASH CARD READER/WRITER(SA-USB3CARDREADER), 1EA INTEL ETHERNET CONVERGED 10GBE NETWORK ADAPTER X540-T2(NW-IX540-T2), 1EA ASSEMBLE SYSTEM WHOLE/PART(ASSEMBLY), 1EA MICROSOFT WINDOWS 7 PRO 64 BIT OEM SOFTWARE(SW-WIN7PRO64 ), 1EA PARAGON SOFTWARE BACKUP/RECOVERY SUITE 14 W/ADK RECOVERY FLASH DRIVE(SW-PARBNRSUITE2014), 1EA STINEBERG UR22 INTERFACE(PR-SUR22), 1EA BELLA EZ KEYBOARD PROFESSIONAL SERIES III W/JOG SHUTTLE PREMIERE FINAL C(KB-BEZPRO/P), 2EA 28IN LED LCD MONITOR ASUS PB287Q 3840 X 2160 1.07 BILLION COLORS(LCD-APB287Q), 2EA YAMAHA MSP5 STUDIO MONITOR(PMS-YMSP5), 1EA WARRENTY 2 YEAR PARTS/LABOR ONSITE PICKUP LIFETIME TECH SUPPORT(WAR-2NS). Unit Price @_____x 1 Each = $________ CLIN: 0002: CUSTOM COMPUTER TOWER: Description: ADK CUSTOM COMPUTER TOWER; C/O: 1 EA CASE(CS-ADKTOWER CASE), 1EA COOLER MASTER SILENT PRO GOLD 1200W QUAD SLI-(PS-CM/SILENPRO1200), 1EA ADK MOTHERBOARD CORE I7 HW-E X99 XEON E5V3 SUPPORT UP TO 64GIG RAM 5X PCIE 16X, 1-PCIE8X(MB-HW-E X99), 1EA INTEL E5-2690 V3 12CORE 2.60GHZ 30M CACHE DDR4 135W TDP SOCKET LGA2011-3(IP-E5-2690), 1EA ZALMAN LIQUID COOLER SELF-CONTAINED QUIET(FC-ZWATER), 2EA NOCTUA NF-S12 1200 RPM 120MM QUIET CASE FAN(FC-NFS1212), 8EA ADK DDR4 8G 2666 MEMORY 1.25V(MDR4-A8G2666), 1EA OS/PROGRAMS DRIVE SAMSUNG 850 PRO INTERNAL SOLID STATE DRIVE 256GB 2.5IN(SSD-S850PRO/256), 1EA CACHE/STORAGE SAMSUNG 850 PRO INTERNAL SOLID STATE DRIVE 512GB 2.5IN(SSD-S850PRO/512), 8EA WESTERN DIGITAL RE HARD DRIVE 64M CACHE 2TB RAID 5/6/10(SH-WD2TBRE), 1EA ENHANCE TECHNOLOGY 12GB/S SAS STORAGE SOLUTION(SE-ETE800MSV2), 1 EA 12 GB/S SAS 8 PORT EXTERNAL DUAL CORE PCIE 3.0 X8 RAID CONTROLLER W/2GB DDR3 ECC CACHE(SC-AARC1883X), 1EA GEOFORCE GTX 980 4GB VIDEO CARD(VD-G/GTX9804GB), 1EA ASUS BW-12B1ST INTERNAL BLU RAY WRITER(DVD-A/BW-12B1ST), 1EA DECKLINK STUDIO 4K(VC-BDSTUDIO4K), 1EA USB 3.0 FLASH CARD READER/WRITER(SA-USB3CARDREADER), 1EA INTEL ETHERNET CONVERGED 10GBE NETWORK ADAPTER X540-T2(NW-IX540-T2), 1EA ASSEMBLE SYSTEM WHOLE/PART(ASSEMBLY), 1EA MICROSOFT WINDOWS 8.1 PRO 64-BIT(SW-WIN8.1PRO64), 1EA PARAGON SOFTWARE BACKUP/RECOVERY SUITE 14 W/ADK RECOVERY FLASH DRIVE(SW-PARBNRSUITE2014), 1EA STINEBERG UR22 INTERFACE(PR-SUR22), 1EA BELLA EZ KEYBOARD PROFESSIONAL SERIES III W/JOG SHUTTLE PREMIERE FINAL C(KB-BEZPRO/P), 2EA 28IN LED LCD MONITOR ASUS PB287Q 3840 X 2160 1.07 BILLION COLORS(LCD-APB287Q), 2EA YAMAHA MSP5 STUDIO MONITOR(PMS-YMSP5), 1EA 2 YEAR PARTS/LABOR ONSITE PICKUP LIFETIME TECH SUPPORT(WAR-2NS). Unit Price @_____x 1 Each = $________ e. Delivery and acceptance will be made at location: FOB DESTINATION: FB3047 802 LRS LGRDCC BLDG 5160 3727 1865 SELFRIDGE AVE STE 4 JBSA LACKLAND AFB TX 78236-5214 DOCAAC: FB3047 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2014) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (OCT 2014) 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (FEB 2009) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (Sep 2006) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (A) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) FAR 52.222-50 -- Combating Trafficking in Persons. (FEB 2009) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 05 FEBRUARY 2015 IN ORDER TO BE CONSIDERED. Send quotation responses to Quevale Mickles at quevale.h.mickles.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002843560043-44" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2299. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f70beabdb8974e246ce5d91709ce3490)
 
Place of Performance
Address: FB3047 802 LRS LGRDCC BLDG 5160, 3727 1865 SELFRIDGE AVE STE 4 JBSA, LACKLAND AFB TX 78236-5214 DOCAAC: FB3047, LACKLAND, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03620650-W 20150123/150121234610-f70beabdb8974e246ce5d91709ce3490 (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.