Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2002 FBO #0214
SOLICITATION NOTICE

70 -- RUGGEDIZED LAPTOP COMPUTERS

Notice Date
7/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM ALASKA STATE OFFICE 6881 ABBOTT LOOP ROAD ANCHORAGE AK 99507
 
ZIP Code
80225
 
Solicitation Number
LAQ021063
 
Response Due
7/8/2002
 
Archive Date
7/2/2003
 
Point of Contact
Vicky D. Hawkinson Procurement Analyst 9072671323 vicky_hawkinson@blm.gov;
 
E-Mail Address
Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOCLICTATION FOR COMMERCIAL ITEMS PEREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICIATION FOR COMMERCIAL ITEMS - AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 01-07.***The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size of 1,000 employees. The Bureau of Land Management (BLM), Alaska State Office has a requirement for Ruggedized Laptop computers and accessories.*** All responsible offerors shall provide a quote for the following line items: LINE ITEM 0001: Quantity eight (8) Ruggedized Laptop computers with the minimum specifications. Intel Pentium 600MHz, 10GB hard drive, 128MB SDRAM, Liquid resistant keyboard, 1.44MB floppy drive, 12.1 inch sunlight readable, transreflective screen, high capacity Lithium lon battery, 56K internal modem, sealed case, shock-mounted hard drive (HDD), Windows 2000, 24 hour technical support and a 3 year warranty. Offerors shall state the coverage provided by their warranty. LINE ITEM 0002: Quantity eight (8) 12V DC power adapters. LINE ITEM 0003: Quantity eight (8) Extended Life Lithium Battery Pack.***DELIVERY SHALL BE FOB DESTINATION (Fairbanks, Alaska) and shall be completed no later than July 15, 2002.***The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point specified in the purchase order, be responsible for loss of and /or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.***Award shall be made to the offeror whose quote offers the best value to the government, technical, price and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and past Performance, when combined, are more important than price.*** Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the make and model of the products, manufacturer sales literature or other product literature which clearly documents that the offered product meets or exceeds the specifications stated above.***Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and information provided by BLM. Offerers shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of the delivery or the date services were completed.***Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. The following provisions and clauses apply to this acquisition. FAR PROVISIONS: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. FAR CLAUSES: 52.212-4 Contract Terms and Conditions-Commercial Items. BLM CLAUSES: 9.1452.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Department of Interior; 9.1510.037 Electronic Funds Transfer Payments.***All Offerors shall submit the following: 1) Two copies of a quotation which provides a lump sum cost to deliver the supplies; 2) Two copies of References; and a Completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. Copies of BLM deviations may be obtained from the Contracting Officer. Questions concerning this acquisition may be directed to Vicky Hawkinson, Contracting Officer at (907) 267-1323 or faxed to (907) 267-1434. All quotes should be faxed to (907) 267-1434. Submission must be received by 3:00pm local time on July 8, 2002. See Numbered Note 1.
 
Web Link
Please click here to view more details.
(http://www.eps.gov/spg/DOI/BLM/NBC/LAQ021063/listing.html)
 
Place of Performance
Address: FAIRBANKS ALASKA
Zip Code: 99703
Country: USA
 
Record
SN00103904-F 20020704/020703042809 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.