SOLICITATION NOTICE
59 -- The objective of this procurement is to provide a new Portable Flight Planning Subsystem (PFPS) by purchasing a state-of-the-art laptop or small desktop (NTE 35 lbs) computer
- Notice Date
- 9/27/2004
- Notice Type
- Solicitation Notice
- NAICS
- 443120
— Computer and Software Stores
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Federal Technology Service (1TR), 10 Causeway Street, Boston, MA, 02222
- ZIP Code
- 02222
- Solicitation Number
- AdamHowesRFI
- Response Due
- 9/30/2004
- Description
- 1.0 OBJECTIVE 1.1 The objective of this procurement is to provide a new Portable Flight Planning Subsystem (PFPS) by purchasing a state-of-the-art laptop or small desktop (NTE 35 lbs) computer, and miscellaneous cables/converters from a single commercial partner that will integrate hardware into a new system and warrant the hardware items for the United States Air Force aviators to indigenously plan air operations anywhere on the globe. 2.0 EVALUATION 2.1 As part of the Government?s best value determination the Air Force will conduct the evaluation at Hill AFB. Venders must supply an evaluation unit conforming to the specifications designated with an ?*? in Appendix 1. A schedule for delivery will be provided to the venders after industry and the Government has coordinated. Should venders have any questions, please direct them to Lt. Adam Howes at (781) 266-9126. The evaluation unit?s ship-to address is: Evaluation Ship-to Address: OO-ALC/LHM (MPSSF) 6137 Wardleigh Road Bldg 1515, Rm 140 Hill AFB, UT 84056-5843 Attn: Mr. Wade Draper or Mr. Steve St.Clair Ph: 801-775-5159 or 801-586-6496 3.0 LABELING 3.1 System Label. A durable system label shall be affixed to the outside of the transit case. It shall be affixed to the top of the lid for proper reading from the front of the case. The label shall be made out of plastic or anodized aluminum. The National Stock Number (NSN) will be provided to the vender after the vender provides the government with the Component List (see Laptop Specification # 30 & 31). Below is an example of a system label: 3.2 Shipping Label. A paper-shipping label shall be affixed to the outside of each shipping container. Each shipping box shall contain all components listed in the system. The label shall be placed in upper right hand corner of the front side. In addition to each shipping container requiring a label, each pallet shall have a shipping label to reflect the number of kits on the pallet. The National Stock Number (NSN) will be provided to the vender after the vender provides the government with the component list. The information listed below shall be on the shipping label and appear as follows: 1. Noun 2. NSN 3. Condition Code: ?A? 4. Quantity: (ea.) 5. Contract Number: 6. Bar Coded NSN 3.3 Accountability Label. A durable system accountability label shall be affixed to the outside of the computer. It shall be affixed to the top of the lid for proper reading from the front of the computer. The label shall be made out of plastic or anodized aluminum. Below is an example of the label: 3.4 Weight Safety Lifting Label: A durable weight lifting label shall be affixed to the outside of the transit case on all sides. The vender shall comply with the policy stated in MIL-STD-1472 F, Para. 5.9.11.3.3e which states that for every 44 lbs added to a case, 1 person must be accounted for on the weight lifting label, i.e. a case that weighs at most 44 lbs is a 1 person lift, if a case is between 44 and 88 lbs, it is a 2 person lift, etc. 4.0 COMPONENT LIST 4.1 Component List. The vender shall provide a list of components that make up the complete system within 4 days after the contract award date. Required information includes the item descriptions, manufacturers, manufacturers? part numbers, manufacturers? cage codes, and component costs. The manufacturer, cage code, and part numbers should represent the original manufacturers? information and not the reseller?s. The following chart is an example: System Component List System Part Number:____ ITEM DESCRIPTION MFG MFG PART# MFG Cage Code Component Cost 1 Laptop Computer 2 AC Power Adapter 3 DVD-ROM 4 Hard Drive 5 Operating System 6 Surge Protector 7 Mouse 8 Power Adapter for UK 5.0 FIRST ARTICLE 5.1 The vendor shall deliver the First Article no later than 45 days after the contract is awarded and take no more than 45 days to deliver all remaining systems after the acceptance of the First Article. The First Article is the first completed system off the production line and integrated into a single transit case and shipping container, DD250, and properly affixed labels produced at the factory. The vender shall send the First Article to the below address to ensure the system is integrated according to required specifications. The First Article review will take approximately 5 days; however, the process will be repeated if the initial First Article does not conform to the specifications provided in this document. First Article Ship-to Address: OO-ALC/LHM (MPSSF) 6137 Wardleigh Road Bldg 1515, Rm 140 Hill AFB, UT 84056-5843 Attn: Mr. Wade Draper or Mr. Steve St.Clair Ph: 801-775-5159 or 801-586-6496 6.0 QUANTITY PROPOSAL 6.1 The vender shall provide proposals extended for a quantity of ??? each. 7.0 DELIVERY 7.1 The contractor shall coordinate with a DCMA representative to sign the DD Form 250. The contractor shall provide the inspector with a prepared DD250 to sign after the shipment is designated as acceptable. A signed DD250 shall accompany each shipment of systems, indicating the quantity of systems shipped, NSN, NOUN, and the contract number. Each shipment shall have its own DD250. If a large shipment is divided between two or more trucks each truckload is deemed a separate shipment and shall contain its own DD250. The signed DD250 shall be placed inside a packing slip and attached to the outside of the pallet. The DD250 shall be affixed to the last pallet loaded on the truck and be visible when the truck doors are opened. 7.2 The contractor shall fax a copy of all signed DD Form 250?s to ESC/ACU, Ray Boucher, 781-266-9744 7.3 The final lot shall be shipped to the following address: Ship-To Address: Transportation Officer Central Receiving Bldg. 849W 5851 F Ave. Hill AFB, UT 84056-5713 MARK FOR: FB2029/09 ACCOUNT Make sure no person?s name is referenced here on any label or documentation so that shipment can be received properly. If a person?s name is on any label or documentation, the shipment will be returned. Appendix 1 Portable PC System Specification (These are the minimum specifications needed to be considered for contract award) Item Noun Item Description 1. *Base Unit: 3.0 GHz (Faster Preferred), 15? XGA display with dual monitor capability (SXGA Preferred), non-wireless and non-IR laptop or small CPU (not to exceed 35 lbs in weight) 2. *Configuration: CDRW/DVD-ROM 3. *Interfaces: Serial (Data Terminal Equipment), External Video Interface-15 pin, PS-2 Keyboard/Mouse, 3 ea USB 2.0 ports, 10/100 Ethernet (10/100/1000 Ethernet Preferred), 2 ea PCMCIA I/II slots, Firewire, SCSI Controller (Narrow) 4. *Memory: 1 GB DDR RAM, 1 DIMM, Factory Install (More Preferred) 5. *Hard Drive: 80 GB Hard Drive, Factory Install 6. Spare Hard Drive: Identical Spare Hard Drive to the Primary, Customer Install 7. *Video Adapter: 64MB, Double Data Rate, (Larger and Faster Preferred), 1024x768, Factory Install, must be compatible with the following chipsets: 1) 3D Labs 2) NVidia RIVA TNT2 3) NVidia GeForce, GeForce 2, GeForce 3 4) ATI Rage 128 5) ATI Rage Pro 6) ATI Rage Mobility 7) ATI Radeon 8. *Modem: Fax Modem Integrated V.90 56 K Modem, Factory Install 9. *SCSI Card and Adapt. Kit: Adaptec 1460 SCSI Card (Laptop) or Adaptec 2930 SCSI Card (Desktop), cable kit, and driver software Factory Installed, hardware Customer Installed 10. *CDRW/DVDRW Drive: Internal CDRW/DVDRW Combo available with Software, Documentation, Factory Install 11. *Primary Battery: LI-ION Battery (Largest Cell Battery Preferred), Factory Install (Laptops only) 12. Spare Battery: LI-ION Battery (Largest Cell Battery Preferred), Customer Install (Laptops only) 13. *Operating System: Windows 2000 will be initially loaded (understand that Windows XP license will be quoted), Latest Windows 2000 Service Pack, install CDs, Documentation, Licenses, Key codes, Factory Install For All System Drivers (in addition, will need Windows XP media) 14. *Office Software: MS Office 2000 will be initially loaded (understand that Office XP license will be quoted), install CDs, Documentation, Licenses, Key Codes, Factory Install (in addition, will need Office XP media) 15. *Ghost Software: Ghost Imaging software, latest version, install CDs, Documentation, License, Certificate Number, Serial Number, Customer Install 16. Custom Restore CD: Custom Image Restore CD shall be a burned image of the hard drive as sent from the factory with all specified factory installed software, drivers, and associated key codes (except the OS key codes) loaded. Restore CDs shall prompt user to set time zone information. CDs shall be labeled ?Restore Disk 1/1, Restore Disk 1/2, Disk 1/3, etc.? A hard drive configured by the MPSSF will be provided to the vender 10 days after award of contract and the restore CD will be made from provided hard drive. 17. *Mouse: 2 Button Optical Wheel Mouse 18. Ethernet Cable: CAT 5 Ethernet Cable (Length 10 ft.) 19. Input Power: 100-240 VAC, 50-60 Hz. Surge Suppressor and Power supplies will handle the input power of the computer and all installed peripherals across all voltage levels. 20. *Advanced Port Replicator (Laptops only): All interfaces on rear of laptop to be available through the port replicator. If the port replicators come with a monitor stand it shall not be integrated into the transit case. The vender shall retain the monitor stands. 21. *Power Adapter: 2 sets, Worldwide power adapters for Europe, UK, and Italy 22. *Surge Suppressor: 2 (ea) APC Surge Suppressors for Worldwide use. 110V - 240V, 50-60 Hz. (Length 6 ft.) 23. System Weight Weight of the entire system shall not exceed 32 lbs. System weight does not include transit case, software or manuals. 24. Carrying Case (Laptops only): Compact Nylon Soft Case shall not be integrated into the transit case, but provided with the integrated system in a single shipping container. 25. Integration Service: All components, accessories, documentation, and software shall be factory integrated into the transit case; Labels shall be affixed according to section 3.0 Labeling 26. System Label: The vender shall provide System labels in accordance with section 3.1. 27. Shipping Label: The vender shall provide Shipping labels in accordance with section 3.2. 28. Weight Label: The vender shall provide Weight labels in accordance with section 3.4. 29. Transit Case: The case will be subject to aircraft transport conditions, vibration, functional shock, transit drop, and an environment ranging from -40F to 155F. The vender shall ensure the case?s physical attributes are no larger than necessary to protect all components and contain a pressure relief valve, humidity indicator capable of indicating internal case R.H. 70, 80 and 90%, a drawing to depict how the complete system should be stored, wheels and a telescopic handle for single person rolling transport. The cases shall be stackable, able to withstand a 300lb-bearing load, and be watertight. In addition to the stated components in this document, the transit case shall be built to accommodate a MicroCid and its power adapter with cord, which will not be provided to the vender. The dimensions are as follows: MicroCid: Length: 9.190 inches minimum Height: 2.040 inches minimum 9.310 inches maximum 2.160 inches maximum Width: 5.000 inches minimum Weight: 2.5 Pounds 5.120 inches maximum Power Adapter: Length: 4.5 inches Height: 1.25 inches Width: 2.5 inches Weight: .9 lbs Non-removable cord: 39.5 inches Removable cord: 6 ft. 30. Warranty: The warranty term shall be for 3 years beginning on the date of invoice. The vender shall be solely responsible and provide next-day on-site repair or replacement of any element of the laptop system, which fails for any reason. The vendor shall be responsible for parts, labor, troubleshooting, and all shipping costs. The vender shall perform on-site repairs in the United States and overseas where available. The Government shall not be required to return more than the S/N plate of classified hard drives after receiving warranty replacements. If a Government representative and vender agree to exchange a defective system or component via mail, the vendor shall not require the Government to ship the product in its original packaging, prepay shipping charges, insure the shipment, or accept the risk of loss/damage using standard commercial shipping. The vender shall not be responsible for acts of God or gross negligence by the government. 31. System P/N: The vender shall create a single P/N for the entire system. Third parties that are unfamiliar with the intricacies of the system must be able to purchase an exact replica using this P/N. The P/N shall be provided within 4 days after the contract award date. 32. Component List: The vender shall provide a list of components that make up the complete system within 4 days after the contract award date. The Government will have approximately 30 days from the time of receipt to provide the vender with a National Stock Number to be included on the required labels. See section 4.0. 33. Copyright Release Letter: By entering into a contract with the Air Force, the manufacturer grants the AFMSS program and its associated organizations a copyright release to reproduce an unlimited number of equipment manuals and guides that accompany the systems procured for 10 years. This copyright release is restricted to the systems procured and its sole purpose is to ensure equipment manuals and guides are available to accomplish the mission for which these systems are purchased. A reseller shall coordinate with the various manufacturers of the proposed products and forward signed statements by the proposed products? manufacturers agreeing to the above at the time the reseller submits their quotes. 34. Form DD250: The vender shall provide a DD250 in accordance with section 5.2. 35. Warranty Repair Data: 1. Call Tracking Number: Unique number assigned to each trouble call 2. Date Call was Opened 3. Call opened by (Name & Base/Location) 4. Model Number of failed system/item 5. Serial Number of failed system/item 6. Reported Problem 7. Action taken to repair problem 8. Date Call was Closed A) The data requirement is for a period of 3 years, prepared quarterly from the date of invoice and due 5 working days from the close of each quarter. B) The data shall be in Microsoft Excel 2000 format. C) Delivery means: Data file under 5MB can be sent via e-mail. Data file over 5MB should be sent via CD-ROM (see mailing address below). Data should be sent to wade.draper@hill.af.mil and michael.russell2@hill.af.mil Attn: Wade Draper or Dave Allen OO-ALC/LHM (MPSSF) 6137 Wardleigh Road Bldg 1515, Rm 140 Hill AFB, UT 84056-5843 Note: Please ensure this line item is itemized as an option at the bottom of your quote and not calculated into the total cost. 36. Delivery Schedule: The vender shall deliver the First Article no later than 45 days after the contract is awarded and take no more than 45 days to deliver all remaining systems after the acceptance of the First Article. The vender shall provide notification prior to shipping, to include date, quantity, and tracking number. Notification shall be sent to wade.draper@hill.af.mil, bob.brunker@hill.af.mil, david.roescher@langley.af.mil, and adam.howes@hanscom.af.mil. Failure to meet this schedule will result in liquidated damages payable to the government of .1% of total contract value for everyday late on either the First Article acceptance or the final delivery of all systems. EXHIBIT 1 Best Value Determination Weighted Equation Total System Cost: 45% Laptop Specification and Performance: 45% Warranty: 10% Note (1): Exceeding any aspect of the desired system specifications will be favorably considered and factored into the ?laptop specification and performance? category of the Best Value equation. Note (2): Any vender may submit up to two individual proposals, should they want to bid differently. Each proposal must meet the minimum requirements as outlined in Appendix 1 to be considered.
- Place of Performance
- Address: OO-ALC/LHM (MPSSF), 6137 Wardleigh Road, Bldg 1515, Rm 140, Hill AFB, UT 84056-5843, Attn: Mr. Wade Draper or, Mr. Steve St.Clair, Ph: 801-775-5159 or 801-586-6496,
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN00682803-W 20040929/040927212306 (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 |