All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 8/30/2017. 1200pm Eastern Standard Time.
THIS IS A BRAND NAME MANDATORY REQUIREMENT
Item 1: NSN: 7010-01-619-8035, Rackmount, Computer
PART NUMBER: GSODYSSEYII
MFG: Foxguard Soulutions
DESCRIPTION DATA: 1. FIRST ARTICLE PURCHASE TO BE TESTED BY C3CEN. UPON ACCEPTANCE OF FIRST ARTICLE,
REMAINDER OF QTY 19 TO BE PURCHASED.
2. 19 INCH RACKMOUNT; 3U RACK HEIGHT, 17 INCH RACK DEPTH;
3U CUSTOM 19" ALUMINUM ATX INDUSTRIAL RACKMOUNT CHASSIS - 17" RACK DEPTH - (BLACK)
QTY. 1 - INTEL? XEON/CORE-I PROCESSOR BASED ATX MOTHERBOARD
QTY. 1 - INTEL CORE I7-4770S 3.1 GHZ PROCESSOR - 4 CORES - 5GT/S QPI - 8M SMART
CACHE - LGA1150
QTY. 1 - DDR3L-1600 8GB ECC 240-PIN UDIMM, 1.35V, 2 RANK (SYSTEM TOTAL OF 8 GB
MEMORY)
QTY. 1 - INTEL? C226 EXPRESS CHIPSET
QTY. 1 - INTEL? HD GRAPHICS 4600 - 1X VGA, 1X HDMI, 1X DVI, 1X DISPLAY PORT
(ONBOARD) (OPEN GL 4.0 SUPPORT)
QTY. 1 - GEFORCE? GT 730 VIDEO CARD - 1GB PCIE X16 (DVI-D, VGA, HDMI PORTS) LOW
PROFILE
QTY. 1 - WD GOLD 1TB SATA 6GB/S 7200RPM 3.5" DATA CENTER HARD DRIVE
QTY. 1 - INTERNAL SLIMLINE 8X DVD-RW BURNER - SATA - BLACK - TRAY LOAD
QTY. 2 - INTEL I210T1 GBE SERVER NETWORK ADAPTER - PCIE X1 (SYSTEM TOTAL OF 4 TOTAL
RJ-45 NETWORK PORTS)
QTY. 2 - INTEL? GIGABIT LAN PORTS ONBOARD - RJ45 CONNECTORS (SYSTEM TOTAL OF 4 TOTAL
RJ-45 NETWORK PORTS)
QTY. 2 - RS-232 SERIAL PORTS, DB9 CONNECTOR MOUNTED IN CHASSIS CUT-OUT
QTY. 1 - ONE PORT PCIE X 1 DUAL PROFILE PARALLEL ADAPTER SPP/EPP/ECP DB25
QTY. 1 - PS/2 KEYBOARD AND MOUSE PORTS (SPLITTER CABLE INCLUDED)
QTY. 6 - USB 2.0 PORTS (2 FRONT AND 4 REAR)
QTY. 2 - REAR USB 3.0 PORTS
QTY. 1 - REALTEK ALC889 7.1 HD AUDIO ONBOARD
QTY. 2 - PCI-EXPRESS 3.0 X16 SLOTS - (X16 MECHANICAL - X16 ELECTRICAL - ONE OCCUPIED
BY GRAPHICS ADAPTERS)
QTY. 3 - PCI-EXPRESS 2.0 X1 SLOT - (X1 MECHANICAL - X1 ELECTRICAL - TWO OCCUPIED BY
NETWORK ADAPTERS, ONE OCCUPIED BY PARALLEL ADAPTER)
QTY. 1 - 300 WATT ATX-12V 1U FORM FACTOR FULL RANGE EPS-12 POWER SUPPLY
QTY. 1 - MICROSOFT WINDOWS 7 PRO SP1 - 64-BIT - LICENSE AND MEDIA - 1 PC
QTY. 1 - PIEZO 12V BUZZER - 3500HZ - 98DB WITH 0.187IN FAST-ON CONNECTORS
QTY. 1 - 3 YEAR PARTS AND LABOR STANDARD WARRANTY
Quantity: 20 EACH
Delivery on or before: 9/15/17
Proposed Delivery Date:___________________
*Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD.
SHIP TO: US Coast Guard SFLC
Receiving Room- BLDG 88
2401 Hawkins Point Road
Baltimore, MD 21226
DUNS:
TINN:
The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-code in accordance with Coast Guard specification SP-PP&M-001 REV'D. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.
NOTE: DRAWINGS, SPECIFICATIONS OR SCHEMATICS MAY NOT AVAILABLE FROM THIS AGENCY.
It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation.
OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:
Disclosure: The offeror under this solicitation represents that [Check one]:
__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.
(End of provision)
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.
The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at https://www.acquisition.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (NOV 2011) of 52.219-6. (iii) Alternate II (NOV 2011) of 52.219-6; FAR 52.219-28, Post Award Small Business Program representation (Jul 2013) 15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (SEPT 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (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 Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).
The Contractor is responsible for the accuracy and completeness of the data within the SAM database and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through: https://www.acquisition.gov or be calling 866-606-8220, or 334-206-7828 for international calls.