Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2008 FBO #2319
MODIFICATION

70 -- RFI - PC Solutions

Notice Date
3/31/2008
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
33621-5323
 
Solicitation Number
RFI-PCSolutions
 
Response Due
4/11/2008
 
Archive Date
4/30/2008
 
Point of Contact
Allison Hutchens, Contract Specialist, Phone 813-281-0560 X419, Fax 813-281-2658, - Madeline Baumgartner, Contracting Officer, Phone 813-281-0560 X303, Fax 813-281-0678
 
E-Mail Address
hutchea@socom.mil, madeline.baumgartner@socom.mil
 
Description
The United States Special Operations Command (USSOCOM), Program Executive Office Intelligence and Information Systems (PEO-IIS), located at MacDill Air Force Base, FL, is looking for information from companies with the capabilities and facilities to provide Commercial off the Shelf (COTS), Non-Developmental Items (NDI), or near NDI component technologies that can provide Desktop and Notebook computing hardware USSOCOM is interested in receiving information from vendors who are currently using the most advanced technologies in the design and fabrication of these component items. The Government may acquire for testing purposes one or more vendor products. This solution or group of solutions must provide capabilities such as Level 2 caching, resource redundancy and high availability, hardware configuration flexibility, remote management capabilities, scalability (both vertical and horizontal), as well as provide processor speeds capable of handling high volume processing in an efficient manner. The vendor must identify the form factor of their proposed solution, as well as power requirements, cooling enhancements, security features, and any predictive diagnostic capabilities that can alert a management system. Vendors should group their solutions as Entry-level, Mid-range, or High-end systems based on their marketing perspective. In addition, the vendor should identify whether the systems are engineered by the vendor or if components are purchased from several manufacturers and integrated by the vendor, The vendor should identify cost advantages of their solution over that of another vendor, provide a price versus performance ratio, and identify any vendor relationships with Independent Software Vendors (ISVs) and System Integrators (SIs). Additionally, the vendor should identify any enhancements or capabilities that would distinguish them from another vendor, such as: storage enhancements, networking cards, memory enhancements, processor enhancements, and any supplementary or emerging capabilities worth noting. Furthermore, the vendor must identify the following post-sale support information: detailed warranty information, training provided, level of support, service level agreement for the stated level of support, and how many cleared personnel will be available to support their solution or group of solutions. Vendors should only provide information on systems that can support the following capabilities: Desktop PC solutions: Must be less than 40lbs Maximum size 20? x 10? x 20? Trusted Platform Module (TPM) 1.2 compliant Support for lockable, removable, externally accessible hard drive carriage Support for Hardware or Software RAID Minimum 250GB, 7200RPM Hard Drive Supports processor with multiple cores Support for 2GB of system memory, expandable to 4GB+ 10/100/1000 RJ45 network interface 16X DL-DVD +/- RW, CD-RW Dual video out capable (support for dual independent monitors) Minimum of 256MB Video Memory (Vista Premium Ready) Integrated Audio Minimum 2 free PCI expansion slots 6 or more USB 2.0 ports (2 front, 4 back) 7-1 media reader (Internal or USB) Smart Card (SC) reader (internal or USB) Dual voltage (110-240V 50/60Hz) capable EPEAT Silver rating and Energy Star Version 4 compliant Notebook PC Solutions: Must be less than 10 Lbs (including power supply) Maximum size 2? x 14? x 12? Trusted Platform Module (TPM) 1.2 compliant Supports BIOS password and boot protection Externally accessible, easily removable, replaceable hard drives Minimum 120GB Hard Drive Supports processor with multiple cores Supports a minimum of 2GB of system memory on single DIMM, and expandable to 4GB+ 10/100/1000 RJ45 network interface 8X DL DVD +/- RW, CD-RW Integrated 2 speaker stereo audio Minimum 15 in viewable screen 1024x768 minimum screen resolution Minimum of 512MB dedicated Video Memory (Vista Premium Ready) Support for dual independent monitors Port replicator interface Battery and dual voltage (110-240V 50/60Hz) AC power adapter Minimum 4 hours battery life 7-1 Media reader (Internal or USB) Smart Card (SC/CAC) reader (internal or USB) Minimum one open Type II or Express Card PCMCIA slot Minimum of 4 USB 2.0 ports Minimum of 1 Serial-EIA/TIA-232 port EPEAT Silver rating and Energy Star Version 4 compliant No Anti Theft Tracking Technology Integration No wireless capability In addition, the vendor should address the following Items: 1. Cost advantages 2. Hardware configuration flexibility (i.e. hot swapping, scaling vertically) 3. New emerging technology implementations 4. Storage Enhancements that distinguishes themselves from competitors 5. Networking and other capabilities that distinguishes themselves from competitors 6. Memory enhancements that distinguishes themselves from competitors 7. Processor enhancements that distinguishes themselves from competitors 8. Resource redundancy and high availability 9. Vendor relationships with Independent Software Vendors (ISV) and System Integrators (SI)s 10. Type number of Expansion Slots 11. System I/O port configuration (type and number) 12. Hard drive number, type, size and available configurations 13. Power requirements 14. Cooling enhancements 15. Are the systems engineered by the vendor or are the components integrated 16. Warranties 17. Security features 18. Price/Performance ratio 19. Training 20. Support Responses to this market survey are due on or before 21 February, 2008 and must include a product description with performance parameters and a statement regarding current availability, indication of the technology readiness level or maturity of the technology, summary of prior testing, test reports, summary of logistic and maintenance requirements, an estimated schedule and an estimated cost for the price of test articles and production units. Please provide name of firm, address, POC, phone/fax number, and email address. Submit data of the item to USSOCOM (SOAL-KB) 7701 Tampa Point Blvd, MacDill AFB, FL, 33621, ATTN: Allison Hutchens, Contracting Officer, (hutchea@socom.mil). E-mail responses are encouraged. All communication must be conducted via e-mail. This synopsis does not constitute a Request for Proposals, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. Contracting Office Address: Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323 Point of Contact: Allison Hutchens, Contracting Officer, Phone 813-, Fax 813-281-2658, Email hutchea@socom.mil ? Madelin Baumgartner Contract Specialist, Phone 813 2810560 X303, Fax 813 281 0678, Email Madeline.baumgartner@socom.mil Place of Performance: Address: USSOCOM (SOAL-KB), 7701 Tampa Point Blvd, MacDill AFB, FL, 33621, ATTN: Karen Fredrickson (Contracting Officer) Country: United States TechMatch Keywords: Computer Hardware NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/RFI-PCSolutions/listing.html)
 
Place of Performance
Address: USSOCOM (SOAL-KI), 7701 Tampa Point Blvd, MacDill AFB, FL, ATTN: Allison Hutchens (Contract Specialist)
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01545517-F 20080402/080401073115 (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.