The RFP Database
New business relationships start here

Forensic Workstations


Pennsylvania, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/).

The Solicitation number is N0018919QZ532. The proposed contract action is for commercial (supplies). The NAICS code is [334111] and the Small Business Standard is [1250].
This proposed acquisition will be a 100% SMALL BUSINESS set aside. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 and DFARS Change Notice 20190820. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vmfara.htm and http://farsite.hill.af.mil/vmdfara.htm.

The NAVSUP FLC Norfolk Philadelphia Office requests responses from qualified sources capable of providing:


CLIN 0001    Thirty Seven (37) Forensic Workstations IAW the following Specifications

Specifications: Forensic Workstations

1. Case: Large Tower
2.
Power Supply: High efficiency fully modular Power Supply to ensure stability, and high power capacity- Minimum- 1300 Watt Modular     
3. Processor: Intel Core i7 High Speed multi-core processor (minimum of an eight core processors) with liquid cooled heat sink to meet performance needs
4. System Memory: Minimum of 128GB DDR4 2666 Quad Channel Memory high-end graphics card with multi-monitor support, minimum of 6GB of GDDR5 memory
5. Integrated LAN: Dual Gigabit LAN Controller with Teaming function allowing two single connections to act as one for twice the bandwidth.
6. Video: NVIDIA GT 1060
7. External Drive Bay Configuration
a. Bay 1: Integrated Write-Blocked Forensic Bridge, With USB 3.0, SATA, IDE, SAS, FireWire, and PCIe Connections.
Minimum of (07) PCI Express x16 expansion slots
b. Bay 2: Forensic Computers Drive Dock used in conjunction with above
d. Bay 4: Trayless SATA Assembly
e. Bay 5: Trayless SATA Assembly
f. Bay 6: Trayless SATA Assembly
g. Bay 7: Triple Burner (BluRay, DVD, CD)
8. Internal Drives:
a. Three 512GB M.2 SSDs (OS, Evidence, Cache)
b. 4TB SATA 6Gbps 7200RPM
9. Operating System: Microsoft Windows 10 Pro 64-bit
10. Monitor: Two 24 inch Wide Screen LED Monitor
11. Onboard audio with front and rear audio ports.
12. Standard Multi-Piece Toolkit to assist in Digital Evidence Gathering
13. High capacity, high speed Hard Disk Data Drive for OS, evidence handling and data.
14. Configuration to support Forensic software tools
15.
Integrated Write-Blocked Multi-Card Reader.
16. Wired Keyboard and Optical Mouse
17. Standard three year commercial warranty/technical support

NOTICE:

The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire these Forensic Workstations on a 100% Small business set aside basis. The Contractor is responsible for the delivery and warranty of all systems ordered. Delivery shall be completed within thirty (30) days After Date of Contract (ADC). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.


Clauses and Provisions

The following FAR and DFAR clauses are applicable to this procurement:
52.204-24    Representation Regarding Certain Telecommunications and Video Surveillance or Equipment
52.212-1    Instructions to Offerors-Commercial Items
52.212-3 and its ALT I, Offeror Representations and Certifications- Commercial Items
52.212-4    Contract Terms and Conditions--Commercial Items
52.212-5     Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items- including 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, and 52.232-33.
52.252-1     SOLICITATIONS PROVISIONS INCORPORATED BY REFERENCE
52.252-2     CLAUSES INCORPORATED BY REFERENCE
252.232-7006    Wide Area Work Flow Payment Instructions

All clauses shall be incorporated by reference in the resultant order.
Additional contract terms and conditions applicable to this procurement are:

52.204-7     System for Award Management     OCT 2016
52.204-13
52.204-16    System for Award Management Maintenance
Commercial and Government Entity Code Reporting    OCT 2016
JUL 2016
52.232-39     Unenforceability of Unauthorized Obligations     JUN 2013
52.232-40     Providing Accelerated Payments to Small Business Subcontractors     DEC 2013
52.247-34    FOB Destination     NOV 1991
252.203-7000     Requirements Relating to Compensation of Former DoD Officials     SEP 2011
252.203-7002     Requirement to Inform Employees of Whistleblower Rights     SEP 2013
252.204-7003     Control Of Government Personnel Work Product     APR 1992
252.204-7004 Alt A     Level I Anti-terrorism Awareness Training for Contractors     FEB 2019
252.204-7005    Oral Attestation of Security Responsibilities    FEB 2018
252.204-7008     Compliance With Safeguarding Covered Defense Information Controls     OCT 2016
252.204-7009     Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information     OCT 2016
252.204-7012     Safeguarding Covered Defense Information and Cyber Incident Reporting     OCT 2016
252.204-7015     Notice of Authorized Disclosure of Information for Litigation Support     MAY 2016
252.211-7003    Item Identification and Valuation     MAR 2016
252.211-7007    Reporting of Government-Furnished Property     AUG 2012
252.211-7008    Use of Government-Assigned Serial Numbers     MAR 2016
252.223-7006     Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials     SEP 2014
252.225-7048     Export-Controlled Items     JUN 2013
252.232-7003     Electronic Submission of Payment Requests and Receiving Reports     JUN 2012
252.232-7010     Levies on Contract Payments     DEC 2006
252.237-7010     Prohibition on Interrogation of Detainees by Contractor Personnel     JUN 2013
252.244-7000     Subcontracts for Commercial Items     JUN 2013
252.247-7023    Transportation of Supplies by Sea    APR 2014

This announcement will close at _4:00pm EDT_ on _24 September 2019_._All responsible sources may submit a quote which shall be considered by the agency.
Oral communications are not acceptable in response to this notice. Facsimile or hand carried quotes will not be accepted

A firm fixed price contract will be awarded. The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be the most advantageous for the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
(i)    Technical capability of the item offered to meet the Governments requirement;
(ii)    Price
(iii)    Past Performance
Technical capability and Past performance, when combined are significantly more important than Price.

The quoter shall submit, as part of its quote, information on previously performed contracts or on going contracts that are the same or similar to the instant requirement performed for Federal, State, or Local Governments, and/or for commercial firms.
Information shall be provide on either 1) all such contracts within the past three (3) years, or 2) the last two (2) such contracts performed, whichever is fewer, and shall include the name and address of the organization for which the supplies were provided, the contract or reference number, and number (phone, fax, or Internet) of the contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance history from any and all sources including sources outside the Government.
Quoters lacking relevant past performance history will not be evaluate favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoterbs past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ.
The Government will give greater consideration to the contracts that the Government feels most relevant to the RFQ.

System for Award management (SAM). Quoters must be registered in the SMA database to be considered for award and their registration must be Active. Registration is free and can be completed on-line at http://www.sam.gov/. Quoters shall provide their company CAGE code with their quote.

All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size and payment terms. Each response must clearly indicate the capability of the quoter to meet all requirements of the PWS.

The primary point of contact for this notice is James McDevitt who can be reached at 215-697-5025 or james.h.mcdevitt@navy.mil.


******* End of Combined Synopsis/Solicitation ********

James McDevitt 215-697-5025

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP