Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
SOLICITATION NOTICE

70 -- Information Technology Enterprise Solutions - 2 Hardware (ITES-2H)

Notice Date
3/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-06-R-0009
 
Response Due
4/6/2006
 
Archive Date
6/5/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Small Computer Program (ASCP) in coordination with the Army Contracting Agency (ACA), Information Technology, E-Commerce and Commercial Contracting Center (ITEC4), intends to release a Draft Request For Proposal (RFP) for ITES-2H to sup port the Armys requirement for commercial-off-the-shelf (COTS) hardware, consisting of, but not limited to purchase or lease of COTS servers, workstations, managed platforms (both desktops and notebooks), thin client devices, networking equipment, storage systems, network cabling, video teleconferencing products (VTC), as well as associated factory orderable upgrades and related peripherals such as printers, scanners, digital cameras, displays (including plasma, Cathode Ray Tube (CRT), Digital Light Proces sor (DLP), Liquid Crystal Display (LCD) High Definition Television (HDTV), equipment cabinets, transit cases, and other related accessories. The contracts will be open to other Agencies (i.e. Navy, Air Force, DoD components, FMS, and other Federal agencies ) to satisfy their Information Technology requirements (IT). IT products procured through this acquisition are required to comply with DoD and Army standards, such as the DoD IT Standards Registry and Federal Information Processing Standards (FIPS). The Army intends to award multiple Indefinite Delivery/Indefinite Quantity contracts. The contract will have a ten-year period of performance, with a two-year base period, three two-year options, and two one-year options. The Government will conduct the a cquisition under Federal Acquisition Regulation (FAR) Part 12. The government intends to conduct a full and open competition with up to two awards reserved for small business. The North American Industry Classification System (NAICS) code for this acquisit ion is 517110 (Telecommunications Network, Wired) with small business size standard of 1,500 employees. Contractors will be required to support up to a Secret security clearance. Some orders may require Top Secret (TS) Sensitive Compartmented Information (SCI). Delivery to the address(es) specified on each delivery order shall be within 30 calendar days for CONUS and 35 calendar days for OCONUS locations. The price of shipping CONUS will be included in the fixed price of the product. The price of shipping OCONU S will be handled as an ODC, within restraints, negotiated at the order level. The Contractor shall provide commercial on-site warranties to all locations within and Outside the Continental United States (CONUS/OCONUS) for all products delivered. On-site or mail-back or hot-swap warranty shall be offered to the customer for portable systems. The Government shall not incur additional charges (i.e. shipping, delivery) for warranty support. The option to purchase extended warranties in one-year increments shall be offered for all products delivered. Any time-of-purchase restrictions for the purchase of extended warranties shall be in accordance with the contractors policy. The Contractor shall provide a method for performing warranty service for Remote O CONUS locations. The Contractor shall provide for the repair or replacement of equipment including transportation/shipping costs to and from the customers site. The warranty period shall commence upon the receipt of the equipment at the final destinatio n identified on the delivery order or 35 days after shipment from the contractors facility, whichever is sooner. Due to the security limitations in South Korea and delays associated with custom clearance, limited Status of Forces Agreement (SOFA) will be included for that country to enable contract performance. The draft acquisition schedule is provided as follows. All dates are subject to change. The Draft Request for Proposal (RFP) will be released on March 31, 2006. Industry Day will be held on April 11, 2006. The RFP will be released on May 15, 2006. The Proposals will be due 30 days after Final RFP release. Documentation regard ing the ITES-2H acquisition and messages to Industry will be provided through the Federal Business Opportunities (FBO) website, http://www.fedbizopps.gov/. To obtain a copy of the Request for Proposal, instructions for submission of questions on the solicitation, and other pertinent information as the procurement progresses, please visit the Federal Business Opportunities (FBO) website, http://www.fedbizopps .gov/. If you require assistance with the FBO website please call 877-472-3779 or email fbo.support@gsa.gov. In order to assist in planning by the Army, vendors are requested to indicate whether they intend to submit an offer as a prime. To facilitate subcontracting, Vendors seeking to act as subcontractors may provide their company name, POC, email, and phone n umber, and ask to be listed on the FBO website.
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01000789-W 20060308/060306212333 (fbodaily.com)
 
Source
FedBizOpps 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.