Federal Bid

Last Updated on 03 Sep 2010 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

MiniTowers

Solicitation ID 2165-0187-0650
Posted Date 21 Jul 2010 at 10 PM
Archive Date 03 Sep 2010 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 United states
COMBINED SYNOPSIS/SOLICITATION (AVID EDITOR) This is a combined synopsis/solicitation for commercial items for a BRAND NAME OR EQUAL 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; a written solicitation will not be issued. Solicitation/synopsis reference number 2165-0187-0650 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 dated 8 Jul 2010 and DFARS Change Notice 20100713. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): 20090913, dated 21 Jul 09 (a) Re para (a): NAICS 334111 this requirement is UNRESTRICTED, Size Standard 1,000 Employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all required salient characteristics contained in CLIN 0001 below. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME August 19, 2010 IN ORDER TO BE CONSIDERED. Quote submissions may be E-mailed to [email protected] or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (FEB 2009) with Alt 1 (FEB 2009) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN 0001 Description: BRAND NAME OR EQUAL Computer (AVID Editor) Windows/Intel Computer for Avid Media Composer meeting. Avid Certified Dell T5500 or HP Z800 Workstation Mini-Tower configuration Windows 7 Ultimate Edition 64-bit (2) Quad Core Xeon X5667 3.06GHz 12MB/1333 CPU NVIDIA Quadro FX4800 1.5 GB PCIe Graphics Card 12 GB of RAM (6x2GB) DDR3-1333 ECC Boot HDD: 500 GB SATA 7200 RPM – boot and operating system RAID 5 set with three 1TB drives (2TB of storage) 2nd HDD: 1000 GB SATA 7200 RPM 3rd HDD: 1000 GB SATA 7200 RPM 4th HDD: 1000 GB SATA 7200 RPM 16X DVD +/- RW DVD Network Card: Broadcom Gigabit PCIe or Intel Pro1000 PCIe IEEE 1394b PCIe Card – StarTech PCE1394B3, Dynex DX-PCI2PF, or Point Gray Research FWB-PCIe-01 USB Optical Mouse Keyboard Motherboard Audio Warranty: 9AM-5PM 4-hour on-site response 4-years Qty 12 Price Total Price SHIPPING ADDRESS is: Attn: Paul Claxton 23755 Z Street Riverside, CA 92518-2017 All items must be quoted FOB Destination. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above 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 quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quote; with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses, which may be accessed electronically at https://www.acquisition.gov/far/index.html: CLAUSES INCORPORATED BY REFERENCE FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (FEB 2010) FAR 52.219-8 (Utilization of Small Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds Transfer--Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. 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 2004), will be included.
Bid Protests Not Available

Similar Past Bids

Kings point New york 24 Jun 2010 at 6 PM
Location Unknown 14 Aug 2015 at 11 PM
Columbus Ohio 20 Jul 2011 at 6 PM
Columbus Ohio 21 Jul 2011 at 12 PM
Washington District of columbia 23 Aug 2013 at 4 PM

Similar Opportunities

Hill air force base Utah 10 Jul 2025 at 8 PM
Washington navy yard District of columbia 31 Dec 2030 at 5 AM (estimated)
Washington navy yard District of columbia 31 Dec 2030 at 5 AM (estimated)
Washington navy yard District of columbia 31 Dec 2025 at 5 AM (estimated)