SOLICITATION NOTICE
70 -- General-purpose information technology equipment
- Notice Date
- 2/26/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, 5111 Leesburg Pike Skyline 5, Suite 900A, Falls Church, VA, 22041-3206
- ZIP Code
- 22041-3206
- Solicitation Number
- Reference-Number-DWHPR34032
- Archive Date
- 4/5/2003
- Point of Contact
- Costella Davis, Contract Specialist, Phone 202-757-5231, Fax 202-757-5264,
- E-Mail Address
-
davis1s@ncr.disa.mil
- Description
- This is a combined synopsis/solicitation for the purchase of (Quantity: 50) Limousine Communications Packages (MFC-FCP01) Morgan Franklin or equal. Hence, this is a BRAND NAME or Equal ONLY requirement. This document is being prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. See the attached Statement of Work for additional information. The minimum Specifications for the Limousine Communications Packages, (MFC-FCP01) Morgan Franklin or equal is attached in the Statement of Work. The Drawings can be requested via email at rileyw@ncr.disa.mil or Fax Warren Riley @ 202- 757-5264. Offers are to be forwarded to this office no later than 2:00 p.m. EST, 21 Mar 03, 2003 via email rileyw@ncr.disa.mil or fax at (202) 757-5264. Any questions on the above may be directed to Warren Riley at 202-757-5237. The solicitation number is Request For Quote (RFQ) DWHPR34032. Please include your business size, Cage Code, DUNs Number, Tax Identification Number, and CCR Status. THIS REQUIREMENT IS NEEDED IMMEDIATELY. OFFERORS MUST SUBMIT THEIR QUOTES BASED ON THE INFORMATION PRESENTED HEREIN AND IT IS NOT ANTICIPATED THAT THERE WILL BE ANY RFQ AMENDMENTS. QUOTATIONS MUST BE RECEIVED IN WRITING. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. The North American Classification is 334290 and the Size Standard is 750 employees. The requirement is solicited on an open market basis for potential set-aside to a small business. If two or more small business firms submit responsive proposals the requirement will be set-aside to small businesses and award be made to that small business offering the lowest price. Should fewer than two small businesses submit responsive proposals the requirement will be deemed unrestricted and award made to the lowest responsive Offeror. Normally, the Government expects to see a discount, which is at least equal to that provided by your standard commercial discount policy for that item. The Offeror's standard commercial packing / packaging will be utilized to provide for damage-free shipment and receipt at destination. THE OFFERED PRICE WILL INCLUDE ALL FRIEGHT CHARGES. Destination for supplies will be Washington, D.C. Anticipated award date is no later than 10 APRIL 03. The Government intends to award (1) purchase order for the above requirement to the lowest priced offeror who meets all of the requirements stated herein. The following FAR Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial Items (no additional instructions other than noted above); 2) 52.212-4, Contract Terms and Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: FAR 52.222-3, Convict Labor, FAR 52.232-17, Interest; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, F.O.B. Destination; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items, and DFARS 252.204-7004 Required Contractor Registration a. All information technology provided under, or in support of, this contract by the contractor and All subcontractors shall be Year 2000 compliant. "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. b. To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or the same type of information technology, that will be provided under the contract. Year 2000 Compliance testing will be accomplished and documented in accordance with generally accepted commercial standards/practices. If requested, the contractor shall provide the Government with a copy of such Year 2000 compliance test documentation at no additional cost to the Government *****
- Record
- SN00265453-W 20030228/030226213031 (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 |