SOLICITATION NOTICE
70 -- MINITOWER DEVELOPER WORKSTATION
- Notice Date
- 11/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-14-T-7008
- Response Due
- 12/5/2013
- Archive Date
- 1/4/2014
- Point of Contact
- Point of Contact - NIDA B RAMOS, Contract Specialist, 619-553-4380; Gina Goodman, Contracting Officer, 619-553-5208
- E-Mail Address
-
Contract Specialist
(nida.ramos@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes for brand name or equal are being requested under N66001-14-T-7008 This requirement is set-aside for small businesses, NAICS code is 334111 and business size standard is 1000 employees. Item 0001 (Minitower) Developer Workstations: See below minimum required workstations specifications: (Quantity 10) Form Factor: Minitower Power Supply: 750W or greater, 80-Plus Silver or better CPU: One (1) Intel Xeon E5-2680 processor (2.7GHz, 20MB Cache, 8 Core) or better RAM: 16GB total; Four (4) 4GB Registered DIMMs, 1600MHz DDR3 RAID Controller: RAID 0, 1, 5 capable Hard Drives: Two (2) 500GB, 7.2K 6Gbps SATA drives or better Optical Drive: One (1) 8x DVD+/-RW drive or better Graphics: Dual-display Video Card w/ 1GB RAM, DP and/or DVI Display: Two (2) 24-inch LCD monitors, WUXGA resolution (1920x1200), DP and/or DVI Sound: Integrated on chipset or sound card Speakers: Standard 2.0 speakers Network: At least one (1) Gigabit Ethernet port Keyboard: Smart-card reader keyboard, USB Mouse: Optical scroll mouse, USB Operating System: Microsoft Windows 7 Professional SP1, 64-bit Other Software: Drivers & install media only Warranty: 3-year Next Business Day (NBD) Onsite or equivalent NOTE: QUOTES MUST BE UPLOADED IN THE SPAWAR E-COMMERCE WEBSITE TO BE CONSIDERED. Basis for award: The government anticipates awarding a firm-fixed price purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2005-70, Effective 30 Sep 2013 and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20131118 (Effective 18 Nov 2013) Edition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items are in the e-Commerce website at https://e-commerce.sscno.nmci.navy.mil. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 52.211-6 Brand Name or Equal, 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.214-6, Explanation of Prospective Bidders, 52.214-7 Late Submissions, Modifications and Withdrawals of Bids. FAR CLAUSE 52.204-99 System for Award Management Registration (Aug. 2012) (Deviation) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Deviation apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227) DFARS Clause 252.204-7001,Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). DFAR 252.211-7003, Unit Identification and Valuation (applies for item over 5k). This RFQ closes on December 05, 2013 at 12:00 PM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-14-T-7008 The point of contact for this solicitation is Nida B. Ramos nida.ramos@navy.mil Please include RFQ N66001-14-T-7008 on all inquiries. All responding vendors must be registered to the System for Award Management (SAM) Website prior to award of conduct. Information can be found at https://www.sam/gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c2b363658a2349dfc28f86a19a13d159)
- Record
- SN03242615-W 20131129/131127234427-c2b363658a2349dfc28f86a19a13d159 (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 |