Federal Bid

Last Updated on 01 Oct 2015 at 9 AM
Combined Synopsis/Solicitation
Media Pennsylvania

2RU COMPUTER RACK MOUNT

Solicitation ID HQ002850550140
Posted Date 05 Aug 2015 at 8 PM
Archive Date 01 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dma Riverside
Agency Department Of Defense
Location Media Pennsylvania United states
COMBINED SYNOPSIS/SOLICITATION:
HQ002850550140

Title:
2RU COMPUTER RACK MOUNT

Description(s):
COMBINED SYNOPSIS/SOLICITATION

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; quotes are being requested and a written solicitation will not be issued. This is a Brand Name or Equal procurement - see attached Salient Characteristics.

a. Solicitation Number HQ002850550140 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror".

b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-83, effective 03 August 2015 and DFARS Change Notice 20150626.

c. This procurement is a brand name or equal requirement; associated with NAICS Code 334111 with a employee size of 1000 and is restricted.

d. Description (Note: The Government reserves the right to award only one contract for the following items):

PRICE EACH CLIN SEPARATELY

Brand Name or Equal:  Rackmaster Inc.

CLIN 0001: QTY: 192EA, 2RU RACK MOUNT COMPUTER, INTEGRATED AND TESTED; C/O: CHASSIS: 2U RACKMOUNT, 18.9-IN D, FRONT HANDLES, FRONT DOOR W/LATCH, WASHABLE AIR FILTER INSIDE FRONT PANEL, 2X FRONT USB PORTS, 2X FRONT REMOVABLE HARD DRIVE TRAYS (3.5-IN OR 2.5-IN COMPATIBLE) WITH LATCH(066-0105), POWER SUPPLY: 400W AUTO SELECTING 115/230VAC, REMOVABLE AC POWER CORD, REAR MOUNTED ON/OFF POWER SWITCH(411-0136), MOTHERBOARD: MICRO ATX, Q87 CHIPSET, SOCKET 1150(610-0025), RISER CARD: 2X PCI, 1X PCIEX16 SLOT(634-0024), PROCESSOR: INTEL CORE I5-4590 3.3-3.7GHZ, 4 CORES, INTEL HD GRAPHICS 4000(601-0099), 2EA MEMORY: 4GB DDR3 1600MHZ(641-0124), DVD/RW: SLIMLINE OPTICAL DRIVE, SATA(754-0022), HARD DRIVE: 2TB SATA, 7200RPM, 64MB CACHE, SATA 6.0GB/S(704-0079), SLIDES: 20-IN RACKMOUNT SLIDE KIT(270-0049), VIDEO ADAPTER: VGA TO COMPOSITE(104-0396), VIDEO ADAPTER: DISPLAY PORT TO VGA(999-0150), 2EA SATA POWER ADAPTER: 4-PIN TO SATA POWER(104-0367), SATA AND POWER ADAPTER: FOR SLIMLINE DVD(104-0397), 4EA SCREW: 10-32 X 1/2-IN PHMS FOR SECURING TO RACK(210-0021), 3EA WASHER: 5/8-IN FLAT NYLON 6/6, BLACK, 1-IN OD .06-IN TH(211-0049), LATCH: KEYLESS WING HANDLE FOR FRONT DOOR(260-0017), SERIAL PORT: COM PORT CABLE TO INTERNAL 10-PIN HEADER(104-0393), CABLE: RCA, MALE TO MALE, COMPOSITE 4FT, CABLE: VGA, MALE TO MALE, 3FT.


UNIT PRICE @ _____________ x 192EA = $__________________


TOTAL PRICE FOR THIS QUOTE $_________________________

e. Delivery and acceptance will be made at location:

FOB DESTINATION
NAVAL AFLOAT MEDIA SYSTEMS
8345 E BEECHCRAFT AVE
GAITHERSBURG, MD 20879-5525

f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov.

g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received.

It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions.

The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so.

h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAR 2015). Electronic submission is located at https://www.sam.gov.

i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil.

FAR 52.211-6 Brand Name or Equal (AUG 1999)
FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2015)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (MAY 2015)
FAR 52.219-6 -- Notice of Total Small Business Set-Aside(NOV 2011)
FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (OCT 2014)
FAR 52.222-50 -- Combating Trafficking in Persons. (MAR 2015)
FAR 52.225-5 Trade Agreements (Nov 2013)
FAR 52.225-6 Trade Agreements Certificate (MAY 2014)
FAR 52.225-18 Place of Manufacture (MAR 2015)
FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013)
DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014)
DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (JAN 2015)
DFARS 252.211-7003 Item Unique Identification and Valuation (DEC 2013)
DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012)
DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013)
DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008)

Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included.

Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12.

j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 05 September 2015 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore at [email protected]. On the Subject line of the e-mail insert "QUOTE HQ002850550140 - "2RU COMPUTER RACK MOUNT" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2634.

PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.

Primary Point of Contact:
Shevonn Moore
Contract Specialist
[email protected]
Phone: 951-413-2634

Secondary Point of Contact:

Susan M. Madrid,
Contracting Officer
[email protected]
Phone: 951-413-2371
Fax: 951-413-2432

Contracting Office Address:
DMA -CONTRACTING
23755 Z Street
Riverside, California 92518-2031

 

Bid Protests Not Available

Similar Past Bids

Media Pennsylvania 06 Jun 2014 at 3 PM
Location Unknown 16 Jun 2015 at 7 PM
Media Pennsylvania 05 Aug 2014 at 4 PM
Mechanicsburg Pennsylvania Not Specified
Mechanicsburg Pennsylvania 24 Mar 2020 at 11 AM

Similar Opportunities

Alameda California 09 Jul 2025 at 8 PM
Silverdale Washington 28 Jul 2025 at 4 AM
Hill air force base Utah 10 Jul 2025 at 8 PM
San diego California 21 Jul 2025 at 8 PM
Location Unknown 30 Jul 2025 at 4 PM