Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2016 FBO #5180
SOLICITATION NOTICE

70 -- CTN LAPTOP - Attachments

Notice Date
1/27/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-16-T-0046
 
Archive Date
2/20/2016
 
Point of Contact
Ruben A. Velasquez, , Michael A. Kahyai,
 
E-Mail Address
ruben.velasquez@navy.mil, michael.kahyai@navy.mil
(ruben.velasquez@navy.mil, michael.kahyai@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW Drawing salient characteristics This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is N63394-16-T-0046 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-85. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 500 employees. This requirement is a small business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: CTN LAPTOP P/N 8501768 QTY 22 Salient Characteristics PROCESSOR TYPE. MINIMUM x86 QUAD CORE PROCESSOR PROCESSOR CLOCK. 2.0 GHz MINIMUM PROCESSOR RAM. THE UNIT SHALL HAVE A MINIMUM OF 8 GB DDR3-1333 RAM. THE RAM SHALL NOT RETAIN SYSTEM DATA WHEN THE POWER IS REMOVED. PROCESSOR CACHE. THE CACHE SHALL STORE A MINIMUM OF 8 MB DISPLAY RESOLUTION. THE UNIT SHALL BE CAPABLE OF DISPLAYING A MINIMUM OF 1024H x 768V PIXELS. DISPLAY SIZE. THE DISPLAY SHALL BE A MINIMUM OF 17 INCHES MEASURED DIAGONALLY. VIDEO MEMORY. THE UNIT SHALL HAVE A MINIMUM OF 512MB VIDEO MEMORY. OPERATING SYSTEM. THE UNIT SHALL SUPPORT MICROSOFT WINDOWS 7 64-BIT HARD DISK DRIVE. THE HARD DISK DRIVE SHALL HAVE A MINIMUM STORAGE CAPACITY OF 500 GB. OPTICAL DISC DRIVE. THE UNIT SHALL HAVE A MINIMUM CD-RW/DVD+/- INTERNAL OPTICAL DISC DRIVE. NETWORK CONNECTIVITY: WIRED-THE UNIT SHALL HAVE A STANDARD RJ-45 CONNECTION CAPABLE OF A 10/100/1000BASE-TX IEEE 802.3 INTERFACE. WIRELESS-WIRELESS CONNECTIVITY IS NOT ALLOWED, I.E. WIFI, BLUETOOTH, ETC. CAMERA. A CAMERA IS NOT ALLOWED ON THE UNIT. POWER SUPPLY. THE UNIT MUST BE CAPABLE OF OPERATING ON BOTH 120 VAC AND BATTERY POWER. Trusted Platform Module. The unit shall have trusted platform module (TPM) hardware certified to the TPM Specification Version 1.2 or higher. PHYSICAL CHARACTERISTICS. THE UNIT SHALL HAVE THE FOLLOWING PHYSICAL CHARACTERISTICS: SIZE. 2.0" H x 17.0" W x 11.0" D MAXIMUM MARKING. BEST COMMERCIAL PRACTICE SHALL BE USED. OPERATING TEMPERATURE. THE UNIT OPERATES BETWEEN TEMERATURES OF 10 AND 35 CELSIUS STORAGE TEMPERATURE. THE UNIT SHALL WITHSTAND EXPOSURE TO TEMPERATURES BETWEEN 0 AND 50 CELSIUS WITHOUT DAMAGE OR DEGRADATION. HUMIDITY. THE UNIT SHALL OPERATE IN A RELATIVE HUMIDIDTY OF 10 TO 90% NON-CONDENSING. Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 45 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please provide firm fixed price shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time or Period of Performance 6. Is your company OEM or PROPRIETARY for these products? 7. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 8. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33 All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 02/05/2016 Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-16-T-0046/listing.html)
 
Record
SN04001836-W 20160129/160127233934-838f905651764531bc35ee3e0bed7052 (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.