Federal Bid

Last Updated on 30 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Port hueneme California

FRED Forensic Workstation

Solicitation ID N6339419T0114
Posted Date 28 Jul 2019 at 4 PM
Archive Date 30 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Port hueneme California United states
 

COMBINED SYNOPSIS/SOLICITATION

Document Type: Combined Solicitation/Synopsis
Solicitation Number: N63394-19-T-0114
NAICS: 334118
FSC/PSC: 7025

Contracting Office Address:
NAVAL SURFACE WARFARE CENTER
PORT HUENEME DIVISION
4363 MISSILE WAY
PORT HUENEME, CA. 93043-4307

Place of Delivery Address:
NAVAL SURFACE WARFARE CENTER
PORT HUENEME DIVISION BLDG 435
4363 MISSILE WAY
PORT HUENEME, CA. 93043-4307

Description:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334118, with a Small Business Size Standard of 1,000.

This combined synopsis/solicitation is 100% set aside for small business concerns

The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is seeking the following:

Brand Name

Line: 0001
Part Number: F11302R
MFR: Digital Intelligence
Description: FRED Forensic Workstation with 2 RAIDs
Quantity: 1

FRED-2R is our Forensic Recovery of Evidence Device configured with a dual five drive RAID chassis. All FRED systems are purpose built with top-quality, leading edge, proven technology.

FRED Forensic Workstation with 2 RAIDs (SKU: F11302R) includes the following items:

Motherboard Chipset: Intel? X299 Chipset Motherboard
OS: Windows 10 Pro 64-bit [T0018]
CPU: i9-7900X 10 Core 3.3 GHz (4.3Turbo), 13.75MB Cache [T1055]
RAM: 64 GB PC4-21300 DDR4 2666 MHz [T2014]
Video Card: [T0023] Nvidia GTX 1050Ti,4GB, 128 bit GDDR5, 768 CUDA Cores
OS Drive: [T3043] - 512 GB M.2 NVMe PCIe Solid State Drive - PRO Series
Drive 2 - Internal PCIe M.2 SSD: None Selected
Drive 3 - SATA Interface: 512 GB SATA Solid State Drive - Pro Series [T3077]
Drive 4 - SATA Interface: None Selected
Drive 5 - SATA Interface: None Selected
Drive 6 - SATA Interface: None Selected
Drive 7 - USB 3.1 Interface: 2 TB 7200 rpm SATA Hard Drive [T3095]
RAID Drive Set 1: 5 x 4 TB 7200 rpm SATA Hard Drive - Capacity: ~16 TB configured as RAID5 [T3127]
RAID Drive Set 2: 5 x 4 TB 7200 rpm SATA Hard Drive - Capacity: ~16 TB configured as RAID5 [T3127]
Tape Drive (eliminates 1 HotSwap Bay if Selected): No Tape Drive
NIC (Network Interface): None
Training:


Line: 0002
Part Number: W3855
MFR: Digital Intelligence
Description: UltraKit v4.1 + TX1
Quantity: 2

The UltraKit v4.1 + TX1 is the ultimate portable forensic imaging kit. This kit contains a complete family of UltraBlock
hardware write blockers, the TX1 Forensic Imager, adapters, power.


Line: 0003
Part Number: K4005
MFR: Digital Intelligence
Description: VPER Kit with EnCase
Quantity: 2

The VPER kit with Encase is a multipurpose, portable unit that contains a complete array of hardware solutions to
preview, acquire or process digital evidence.

VPER Kit with EnCase (SKU: K4005) includes the following items:

Motherboard Chipset: Intel? Z370 Express Chipset Motherboard OS: Windows 10 Pro 64-bit [T0018]
CPU: [T1446] i7-9700K 8 Core 3.6GHz (4.9 Turbo), 12MB
RAM: [T2416] 32GB PC4-19200 DDR4 2400
Graphics Card: [T0033] NVIDIA GeForce RTX 2060 6GB GDDR6
OS Drive: [T3043] - 512 GB M.2 NVMe PCIe Solid State Drive - PRO Series
Drive 2 - Internal PCIe M.2 SSD: None Selected
Drive 3 - SATA Interface: None Selected
Drive 4 - SATA Interface: None Selected
Extra Battery: None
Training:

 

The government prefers FOB Destination pricing to NSWC, PHD 93043-4307.

DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM

This is not a rated order under the Defense Priorities and Allocations System

INSTRUCTIONS TO INDUSTRY:

Submission of quotes shall be received not later than 08/01/2019. 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) Ruben Velasquez at [email protected] . It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 08/01/2019 05:00 P.M. PACIFIC STANDARD TIME.

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 vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.

Additionally, please provide the following information:

CAGE Code?

Tax ID# (if applicable)?

GSA Contract Number (if applicable)?

Country where items are Manufactured (if applicable)?

Lead Time or Period of Performance?

Shipping Charges (if applicable)?

Is your company the OEM or proprietary for these products?

Company Size (large or small)?

Do you have distributors (if applicable)?

Are the items quoted available on a commercial, published, or on-line price listing?

Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)?

The following factors will be used to evaluate quotes:

Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)). The government will evaluate information based on the following evaluation criteria:
1) Price (Lowest Price Technically Acceptable)

2) Past Performance. Past performance will be evaluated in accordance with DFARS 252.213-7000. In the case of a supplier without a record of relevant past performance history in the Supplier Performance Risk System (SPRS) for the Federal supply class (FSC) or product or service code (PSC) of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history.

The full text of FAR provisions or clauses may be accessed electronically at
http://acquisition.gov/far/
http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
http://farsite.hill.af.mil/

APPLICABLE SOLICITATION PROVISIONS

FAR 52.202-1 Definitions.
FAR 52.203-3 Gratuities
FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights
FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
FAR 52.204-7 System for Award Management.
FAR 52.204-16 Commercial and Government Entity Code Reporting.
FAR 52.204-17 Ownership or Control of Offeror.
FAR 52.204-18 Commercial and Government Entity Code Maintenance.
FAR 52.204-19 Incorporation by Reference of Representations and Certification.
FAR 52.204-20 Predecessor of Offeror.
FAR 52.204-21 Basic Safeguarding of covered contractor information systems.
FAR 52.204-22 Alternative Line Item Proposal.
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and services developed or provided by Kaspersky lab and other covered entities.
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation.
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
FAR 52.212-1 Instructions to Offerors-Commercial Items.
FAR 52.212-2 Evaluation-Commercial Items.
FAR 52.212-4 Contract Terms and Conditions-Commercial Items.
FAR 52.219-1 Small Business Program Representations.
FAR 52.219-4 Notice of Hubzone Set-Aside or Sole Source (Deviation 2019-O0003
FAR 52.222-22 Previous Contracts and Compliance Reports.
FAR 52.222-41 Service Contract Labor Standards
FAR 52.222-46 Evaluation of Compensation for Professional Employees (Not for use in NAVSEA).
FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification.
FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.
FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation.
FAR 52.225-18 Place of Manufacture.
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.
DFARS 252.204-7004 Alternate A, System for Award Management.
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.

FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items.
Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.

APPLICABLE CONTRACT CLAUSES
FAR 52.204-13 System for Award Management Maintenance.
FAR 52.204-18 Commercial and Government Entity Code Maintenance.
FAR 52.204-19 Incorporation by Reference of Representations and Certification.
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.
FAR 52.211-15 Defense Priority and Allocation Requirements.
FAR 52.212-4 Contract Terms and Conditions-Commercial Items.
FAR 52.232-39 Unenforceability of Unauthorized Obligations.
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.233-1 Disputes.
FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act.
FAR 52.243-1 Changes-Fixed Price.
FAR 52.244-6 Subcontracts for Commercial Items.
FAR 52.246-1 Contractor Inspection Requirements.
FAR 52.246-2 Inspection of Supplies-Fixed-Price.
FAR 52.246-16 Responsibility for Supplies.
FAR 52.247-34 F.o.b. Destination.
FAR 52.252-2 Clauses Incorporated by Reference.
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.
DFARS 252.204-7003 Control of Government Personnel Work Product.
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.211-7008 Use of Government-Assigned Serial Numbers
DFARS 252.223-7008 Prohibition of Hexavalent Chromium.
DFARS 252.225-7001 Buy American and Balance of Payments Program.
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.
DFARS 252.225-7012 Preference for Certain Domestic Commodities.
DFARS 252.225-7048 Export-Controlled Items.
DFARS 252.231-7000 Supplemental Cost Principles.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 Wide Area Workflow Payment Instructions.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.243-7001 Pricing of Contract Modifications.
DFARS 252.244-7000 Subcontracts for Commercial Items.
DFARS 252.247-7023 Transportation of Supplies by Sea.

G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

The following subparagraphs of FAR 52.212-5 are applicable:
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations.
FAR 52.219-28 Post Award Small Business Program Representation.
FAR 52.222-3 Convict Labor.
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies.
FAR 52.222-21 Prohibition of Segregated Facilities.
FAR 52.222-26 Equal Opportunity.
FAR 52.222-36 Equal Opportunity for Workers with Disabilities.
FAR 52.222-50 Combating Trafficking in Persons.
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR 52.225-13 Restrictions on Certain Foreign Purchases.
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.
FAR 52.233-3 Protest After Award.
FAR 52.233-4 Applicable Law for Breach of Contract Claim.



1. Question Brand Name ?

Checking on Requirement extending response date 

 

 

Bid Protests Not Available

Similar Past Bids

Port hueneme California 03 Jul 2019 at 5 PM
Kingshill Virgin islands 02 Aug 2019 at 6 PM
Kingshill Virgin islands 02 Aug 2019 at 2 PM
Brothers Oregon 29 May 2018 at 4 PM
Fort eustis Virginia 03 Jul 2024 at 3 PM

Similar Opportunities

Birmingham Alabama 30 Jul 2025 at 9 PM
Philadelphia Pennsylvania 21 Jul 2025 at 8 PM
New york New york 13 Nov 2025 at 8 PM
New york New york 13 Nov 2025 at 8 PM