Federal Bid

Last Updated on 24 Jun 2016 at 8 AM
Special Notice
Noble Illinois

Forensic Computers

Solicitation ID V-6-V0-02-EC-F16
Posted Date 08 Jun 2016 at 6 PM
Archive Date 24 Jun 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Office Procurement (Os:Pr:P)
Agency Department Of Treasury The
Location Noble Illinois United states
The IRS, Office of Information Technology Acquisition, Tier 2/3 Support Branch, intends to negotiate a
Sole Source Firm-Fixed Price Purchase Order for 10 Forensic Analysis Workstation IRS version 3, for the Criminal Investigation (CI) division of the IRS. The current workstations are at the end-of-life and need to be refreshed. Market research conducted by acquisition personnel has determined that:
Forensic Computers Inc is the sole manufacture of the Forensic Analysis workstation (IRS version 3) line of computer forensic workstations. The particular model of the forensic workstation that will be purchased was engineered and customized for CI's Electronic Crimes division to meet the agency's needs.
Clin 0001
Brand: Forensic Computers
Model: Forensic Analysis Workstation (IRS version 3)
Chassis: Lian Li A798 12 Bay Tower with casters
Power Supply: EVGA SuperNOVA 1600 T2 Power Supply
Chipset: Intel® C612 chipset
Motherboard: ASUS Z10PE-D8 WS (Note: There will be two open
PCIe 8x slots on the motherboard.)
Processors: Two (2) Intel Xeon E5-2660V3 2.6GHz, LGA2011-3
105W 10-Core Server processors, 25MB Cache, 9.6GT/S QPI
BX80644E52660V3
CPU Cooler: Two Liquid Coolers
System Memory: 128GB DDR4 Registered ECC memory, 2133 MHz
Integrated
Integrated LAN: Dual Intel® Gigabit LAN Controller supporting
10/100/1000Mbps transfer rates
Sound: RealTek® High Definition Audio Codec
Video Controller: EVGA GeForce GTX960 4GB GDDR5 PCI-Express
Video Card (Dual-head DVI port required)
Floppy Drive: External USB 1.44MB
RAID Controller: Adaptec 81605 12GB/S 16-port SAS/SATA III
RAID Controller with flash based cache backup (with direct airflow
from a dedicated fan)
External Configuration:
Bay 1: Triple Burner (Bluray, DVD and CD)
Bay 2: 4 Port USB 3.0 Hub
Bay 3: CRU Trayless SATA Bay - Hot-Swappable
Bay 4: iStar 4 Bay Enclosure with 4 X Samsung 850 Pro Series MZ-
7KE512BW 2.5" 512GB SATA III MLC Internal Solid State Drive
(SSD) (4 in RAID 5 for DATABASE)
Bay 5: iStar 6 Bay Enclosure 4 X Samsung 850 Pro Series MZ-
7KE512BW 2.5" 512GB SATA III MLC Internal Solid State Drive
(SSD) (4 in RAID 0 for TEMP) and 1 Samsung 850 Pro MZ-7E256BW
256GB for the OS mounted in an iStar 6 Bay enclosure
Bay 6: Empty
Bays 7-9: iStar Five (5) bay RAID Cage with Four (4) Seagate
Constellation ES.3 ST2000NM0034 2TB 7200 RPM 128MB Cache
SAS 12Gb/s 3.5" 512e Enterprise drives or better, configured in a
RAID 5 for CASE (open bay wired for use)
Bays 10-12: iStar Five (5) bay RAID Cage with Four (4) Seagate
Constellation ES.3 ST2000NM0034 2TB 7200 RPM 128MB Cache
SAS 12Gb/s 3.5" 512e Enterprise drives or better, configured in a
RAID 0 for DATA (open bay wired for use)
Ports: Front Panel: USB 3.0 x 4, Audio x 1, Mic x 1, e-SATA x 1 (on
Top). Rear: Four USB 2.0 ports, USB 3.0 x 5 ports
Monitor: Deleted
Accessories: Keyboard; Optical Mouse
Operating System: Microsoft Windows 7 Ultimate 64-bit (OEM w/CD
and COA)
Warranty: Three Year (Keep Your Drive)

 

The NAICS code is 334111 and the size standard is $1,250. This announcement is in accordance with FAR
13.106-1(b)(1). The point of contact is Stephanie Bracey Contracting Officer email: [email protected]
This is not a solicitation for proposals or an invitation for bids. NO SOLICITATION DOCUMENT IS AVAILABLE. All interested sources must respond in writing with clear and convincing evidence to support their ability to provide this renewal subscription. This is a Notice of Intent to Award using other than full and open competition and should not be considered a request for competitive proposals. A request for more information or a copy of the solicitation will not be considered a request for competititve proposals. A request for more information or a copy of the solicitation will not be considered a response. No telephone inquiries will be accepted. Any responses received as a result of this notice, shall be considered solely for the purpose of determining whether to conduct a competitive requirement. Responses will NOT be considered as either proposals or bids. A determination by the Government not to open this requirement to competition, based upon any written response to this notice, is solely within the Government's discretion.
The Government does not anticipate receiving responses to this notice of a non-competitive action. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. The point of contact for this purchase is listed below. Any other interested organization must submit a written statement of their capabilities and qualifications to fulfill this requirement to the identified point of contact as soon as possible, but no later than 12:00 NOON p.m. Eastern Time on June 9, 2016. E-mailed statements are acceptable, but the senders bear full responsibility to ensure complete transmission and timely receipt. All inquiries and concerns must be address in writing to [email protected] Vendors must include evidence of their bona fide capability to provide this license. Any such statement of capabilities and qualifications received by the deadline will be evaluated.

Bid Protests Not Available

Similar Opportunities

Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
California 15 Jul 2025 at 9 PM
Chantilly Virginia 28 Jul 2025 at 4 PM
Ellsworth air force base South dakota 31 Jul 2025 at 10 PM