|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1999 PSA#2433Department of the Treasury, United States Secret Service (USSS),
Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC,
20001-4518 70 -- FORENSIC MEDIA ANALYSIS WORKSTATION SOL USSS990051 DUE 092399
POC April Delancy, Contract Specialist, Phone 202/406-6940, Fax
202/406-6801, Email NONE -- Kathleen Wilson, Contracting Officer, Phone
(202) 406-6940, Fax (202) 406-6801, Email none WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=USSS990051&Lo
cID=38. E-MAIL: April Delancy, NONE. This action is a small business
set-aside. This is a combined solicitation/synopsis 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. Solicitation
number USSS990051 is issued as a Request for Proposals (RFP). All
references of "offers" are understood to be "proposals". The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-12. The SIC code is
5045, and the small business size standard is 500 employees. The U.S.
Secret Service has a requirement for the purchase of one hundred four
(104) Forensic Media Analysis Workstations including the following
specific component configuration: Mini-Server Case w/11 5.25" Bays;
Removable side panels w/metal thumb screws; ATX form Factor; 400 Watt
ATX power supply; Ball-bearing case fans; Ball-bearing exhaust fan;
Dual Intel BX chipset Pentium II/III motherboard; 128 MB PC100 ECC
SDRAM DIMM, 8ns, 2CLK type; 500 MHz Intel Pentium III w/heat sink &
fan; 512K cache; Retail Version Adaptec 2940U2W PCI SCSI adapter to
provide 1 X 50 pin internal SCSI chain; 1 X 68 pin internal U2W SCSI
chain, 1 X 68 pin external U2W SCSI chain, and 1 X 68 pin external UW
SCSI chain; All necessary internal cables and terminators; 16 MB AGP
Video card; 17" .25 NI flat screen monitor w/Trinitron-type tube;
10/100 PCI NIC w/remote wake-up cable; 6x4x16 internal SCSI-2 CDRW + CD
recording software; 40X UDMA IDE CD-ROM (quantity =2); Skytek UDMA66
IDE removable drive chassis; 50 pin SCSI removable drive chassis; U2W
SCSI removable drive chassis; Removable Internal double speed LS-120
120MB drive; Removable internal Iomega ZIP 250 MB drive (quantity = 2);
20 GB Ultra DMA66 IDE hard drive; (same jumper setting will be used for
master drive as well as single); 9.1 GB U2W SCSI HHD; MS PS2
Intellimouse; Programmable PS2 Keyboard; Sound Blaster sound card;
Computer speakers mounted inside the computer chassis; Panasonic
Internal SCSI re-writeable DVD RAM drive; Hardware DVD decoder board;
Win 98 Second Edition OEM CD, license, and manual; Office 2000
professional edition; External SCSI cable kit for the MAW to include
the following; HD68 pin to HD68 pin External Ultra 2 SCSI cable, HD68
pin to 50 pin Centronics external SCSI cable, HD68 pin to HD 50 pin
external SCSI cable, HD68 pin to 25 pin external SCSI cable, External
HD68 pin active LVD/SE switchable terminator, External 50 pin
Centronics active terminator, External 25 pin active terminator; Manual
for use with the Media Analysis Workstation; US Robotics 56K V.90
external serial modem, compatible with NT 4.0, Windows 98, and Linux;
USR Hub; All components must be compatible with Windows 98 and Win NT
4.0. All components except the DVD Hardware decoder board must also be
Tier 1 components on Red Hat Linux Version 6.0 compatibility list for
Intel Platform. Built-in internal 4 port USB HUB + USB cable that will
link the workstation to another Win 98 PC or notebook computer . The
contractor shall deliver the complete quantity; FOB Destination, to the
U.S. Secret Service, Financial Crimes Division/Electronic Crimes
Branch, 950 H Street NW, Washington, DC 20001-4518. Delivery to be
completed within 30 days after receipt of award. The following FAR
provisions are applicable to this RFP -- FAR 52.212-1, Instructions to
Offerors -- Commercial Items; FAR 52.212-3, Offeror Representations
and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms
and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes for Executive Orders --
Commercial Items. Offerors must include a signed copy of the
Representations and Certifications with their offerors. Copies of the
Representations and Certifications are available on-line at
http://www.treas.gov/usss/proc/2123.htm. All offers, which shall
include the price proposal and a signed copy of the Representations and
Certifications shall be mailed to the U.S. Secret Service, Procurement
Division, 950 H Street NW, Suite 6700, Washington, DC 20001-4518,
(Courier address: U.S. Secret Service, Procurement Division, Washington
Navy Yard, 245 Murray Drive, SW, Washington, DC 20373-5824) Attn: April
Delancy, for receipt no later than Thursday September 23, 1999 at 2:00
p.m. Please note no price quotes by facsimile or electronic responses,
including electronic mail will be accepted. The Government intends to
award a contract to the responsible offeror whose quotation conforming
to the specifications will be the most advantageous to the Government.
Award is anticipated within thirty (30) days. See Numbered Note 1.
Posted 09/14/99 (D-SN380213). (0257) Loren Data Corp. http://www.ld.com (SYN# 0316 19990916\70-0026.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|