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; proposals are being requested and a written solicitation will not be issued. NGA intends to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) Parts 12 and 13. The North American Industry Classification system (NAICS) code for this acquisition is 423430 with a small business size standard of 100. The solicitation is issued under the number NMA1574-08-T-0001. This requirement is for external hard drives, firewires, brand name Seagate, Western Digital or equal meeting the following specifications:
Line Item 0001 (STM303004OTAB06-RK or T01W300) - Quantity 527 each 300 GB capacity - Date of delivery - 202 each to be delivered on or before 28 Feb 08; 325 each to be delivered on or before 15 Apr 08
Line Item 0002 (STM305004OTAB06-RK or T01W500)- Quantity 80 each 500 GB capacity - Date of delivery ? 40 each to be delivered on or before 28 Feb 08; 40 each to be delivered on or before 15 Apr 08
RPM 7200; Cache Buffer 16MB, Seek Time 9.0 ms
Interface: FireWire 800, IEEE 1394b, iLink and SPB ? 2 compliant
FireWire 400, IEEE 1394a, iLink and SBP ? 2 compliant
USB 2.0 and 1.1 compliant
Sustained Transfer Rate FireWire 800 73MB/sec
Firewire 400 43MB/sec
USB 2.0 33MB/sec
Bus Transfer Rate FireWire 800 800Mb/sec
Firewire 400 400Mb/sec
USB 2.0 480Mb/sec
Operating Temp 5C to 35C (41F to 95F)
Dimensions 5.4 x 2.6 x 8.5 (136 x 65 x 217mm)
Weight 3.2 lbs (1.45 Kgrams)
AC Voltage 100-240 VAC
Input Frequency 47-63 Hz AC
Compatibility Mac and PC
Line Item 0003 (STM310004OTAB06-RK or C01W010) ? Quantity 90 each 1T Capacity, Date of delivery ? 45 each to be delivered on or before 28 Feb 08; 45 each to be delivered on or before 15 Apr 08.
Line Item 0004 (STM315004OTAB06-RK or C01W015)? Quantity 7 each 1.5T Capacity, Date of delivery ? 28 Feb 08.
RPM 7200
Cache Buffer 16MB
Seek Time 9.0 ms
Interface FireWire 800, FireWire 400, USB 2.0/1.1
Sustained Transfer Rate ? USB 2.0 ? 33Mb/sec/ FireWire 400 ? 43 MB/sec; FireWire 800?91 Mb/sec
Bus Transfer Rate USB 2.0 ?480 Mb/sec; FireWire 400 ? 400 Mb/sec; FireWire 800 ? 800 Mb/sec
Operating Temp 5C to 35C (41F to 95)
Dimensions 5.4 x 3.9 x 8.5 inches (136 x 65 x 217 mm)
Weight 5.8 lbs (2.6 Kgrams)
AC Voltage 100-240 VAC
Input Frequency 47-63 Hz AC
Compatibility Mac and PC users (Preformatted for Mac)
DELIVERY IS FOB DESTINATION to NGA, Attn: Pat Dickens, MS J-71, 3838 Vogel Rd, Arnold MO 63010-6238. Delivery is identified with Line Items on this synopsis/solicitation. Total cost shall include all shipping and handling. All product boxes must be sealed and unopened. New, unused items only; refurbished items are unacceptable. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The proposed contract is set-aside for small business concern only.
Only Authorized Re-sellers that are recognized by actual manufacturers to sell their products will be considered.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses:
DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made.
In accordance with FAR 12.603(a) (3) (iii) Offers are due to the following email address no later than12 P.M. CST, 15 FEB 2008. REQUEST OPEN MARKET PRICING. AWARD WILL BE BASED ON OPEN MARKET PRICING (FOR ALL ITEMS) ONLY. IF ALL ITEMS ARE NOT BASED ON OPEN MARKET PRICING, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. All responsible sources may submit a response to Karen Edgar via email to
[email protected] or via facsimile, (314) 676-3010.
Bid Protests Not Available