Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

70 -- Forensic evidence Workstations

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-11-A002
 
Point of Contact
Megan F. Baer, Phone: 2024042321, Stephanie L. Snyder, Phone: 2408574711
 
E-Mail Address
megan.baer@afncr.af.mil, stephanie.snyder@afnce.af.mil
(megan.baer@afncr.af.mil, stephanie.snyder@afnce.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force District of Washington Contracting Directorate, 1535 Command Dr, D-304, Andrews AFB, MD 20762, intends to procure twenty five (25) mobile forensic workstations and two (2) large data set acquisition machines. 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7014-11-A002. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The North American Industry Classification System code is 334111 with a business size standard of 1000 employees. The proposed contract is a 100 percent set-aside for small business. CLIN 0001 Mobile Forensic Workstations Quantity 25 each Description: Dual (2) Intel Xeon x5660 Hex Core CPUs, 2.80 Ghz 12M Cache 6.4 GT/s 24 GB Triple-Channel 128 Bit DDR3-1333 Registered ECC memory 1 x 150 Gb 10,000 RPM 3.0 Gb/s SATA Hard Drive in Shock-Mounted tray - OS Drive 1 x 1.5 Tb 7200 RPM 3.0 Gb/s SATA Hard Drive in Shock-Mounted tray - Data Drive Windows 7 Ultimate (64 bit) with XP Mode DOS (Win98 Standalone), SUSE Professional Linux (64 bit) Hardware Write-Blocker: - Integrated IDE Drive Write Blocker - Integrated SATA Drive Write Blocker - Integrated SCSI Drive Write Blocker - Integrated USB Write Blocker - Integrated FireWire IEEE 1394b Write Blocker Integrated Forensic Media Card Reader - Read-Only and Read/Write switchable USB 3½" Floppy Drive with Write Protect Switch Manufacturer: Digital Intelligence or Equal CLIN 0002 Large Data Set Acquisition Machines Quantity 2 each Description: Forensic Recovery of Evidence Device - RackMount (4U) Intel i7 920 CPU (Extreme Hex Core Processor), 3.33 Ghz, 12M Cache, 6.40 GT/s Intel® QPI 12 GB DDR3-1333 Triple Channel Memory 1 x 150 Gb 10,000 RPM 3.0 Gb/s SATA Hard Drive in Shock-Mounted tray - OS Drive 1 x 1.5 Tb 7200 RPM 3.0 Gb/s SATA Hard Drive - Data Drive LTO Ultrium 4 Tape Drive Option - Internal LTO Tape Drive Includes Controller Card, Drive, 1 Tape (800GB uncompressed/ 1.6 TB compressed) 1 Cleaning Tape Back Up Software - Yosemite (includes 1 Year Maintenance and Support) Windows 7 Ultimate (64 bit) with XP Mode Also includes: DOS (Win98 Standalone), SUSE Professional Linux (64 bit) Hardware Write-Blocker: - Integrated IDE Drive Write Blocker - Integrated SATA Drive Write Blocker - Integrated SCSI Drive Write Blocker - Integrated USB Write Blocker - Integrated FireWire IEEE 1394b Write Blocker Integrated Forensic Media Card Reader - Read-Only and Read/Write switchable USB 3½" Floppy Drive with Write Protect Switch Manufacturer: Digital Intelligence or Equal NEW EQUIPMENT ONLY. No remanufactured products and no gray market. Products shall be priced and delivered ready-to-use meeting all REQUIRED CHARACTERISTICS mentioned above. All items shall be priced FOB Destination in Quantico, VA. FAR PROVISIONS: FAR 52.212-1, Instructions to Offerors-Commercial Items and the applicable Addendum to FAR 52.212-1 applies to this acquisition are as follows: 52.203-11, 52.209-2, 52.211-6, 52.219-1 ALT I, 52.233-2: 1535 Command Dr, Ste D-304, Andrews AFB, MD 20762, 52.252-1: http://farsite.hill.af.mil//, 52.252-5: DFARS (Chapter 2), 252.209-7001, 252.212-7000, and 252.225-7000. Evaluation Procedures, The Government will issue a purchase order to the offeror with the quote deemed lowest price technically acceptable in accordance with the required characteristic(s) of each line item in this solicitation. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for issuance of a purchase order. Non-conformance with this requirement may result in an offeror's quote being determined unacceptable. FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items, ALT I applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov (ORCA). If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR CLAUSES: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.203-3, 52.204-7, 52.209-9, 52.214-34, 52.214-35, 52.219-14, 52.222-50, 52.223-11, 52.223-18, 52.242-13, 52.247-34, 52.252-2: http://farsite.hill.af.mil//, 52.252-6: DFARS (Chapter 2), 52.253-1, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 ALT A, 252.204-7006, 252.209-7004, 252.212-7001, 252.225-7001, 252.225-7002, 252.225-7012, 252.226-7001, 252.232-7003, 252.232-7010, 252.233-7001, 252.239-7001, 252.243-7001, 252.243-7002, 252.247-7023, 252.247-7024, and 5352.201-9101: (c) Col Timothy Applegate, AFDW/PK, 20 MacDill Blvd., Bldg P20, Suite 400, Joint Base Anacostia Bolling 20032, telephone # (202-767-8046). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.203-6 ALT I, 52.204-4, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-54, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33, 52.233-3, 52.233-4, and 52.253-1 apply to this acquisition. To be eligible for an award, all contractors must be registered and active in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-866-606-8220 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A Dun and Bradstreet (DUNS) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All written quotes must be received by 12:00 PM, Eastern Daylight Time (EDT) on 26 September 2011 via e-mail to megan.baer@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number. Questions concerning this solicitation should be addressed to Megan Baer, Contract Specialist, at megan.baer@afncr.af.mil or 240-857-4732 or Capt Brussell Bungay, Contracting Officer, at brussell.bungay@afncr.af.mil or 240-857-2157. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-11-A002/listing.html)
 
Place of Performance
Address: Two Delivery Addresses:, 1413 Arkansas Road, Suite 420, Andrews AFB MD 20762, 990 Voyager Drive, STE 1, Lackland AFB TX 78236-9847, United States
Zip Code: 78236-9847
 
Record
SN02580793-W 20110918/110917000623-945e3aacce51603155d9eac9f035a9e1 (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.