Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2006 FBO #1822
SOLICITATION NOTICE

70 -- Projector

Notice Date
11/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-07-R-0271
 
Response Due
12/7/2006
 
Archive Date
2/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W58RGZ-07-R-0271. This solicitation is issued as a Request For Proposal (RFP) under simplified acquisition procedures, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 97-12. This is a 100% Small Business Set-Aside acquisition. The North American Industry Classification System (NAICS) code is 334111. All responsible Small Businesses sources may submit a proposal, which, if timely received, shall be considered by the Government. The small business size is 1000 employees. The Contractor shall provide the following item: CLIN 0001, 301 each Projectors with the following Specifications (minimum)-Resolution: 1024 X 768 pixels, Brightness: 1800 ANSI Iumens, Contrast Ratio: 2000:1, Power: 110 volts ac, Computer Interface: VGA in, Dimension (maximum): Size (width X depth X height) - 11 inches X 15 Inches X 5 Inches- Weight-7 pounds-Exact dimension can be adjuste d so long as the overall volume of the projector is small (Greater than 1 Cubic Foot). This is required for desktop footprint and transportation consideration. Packaging shall include cables and parts required for attachment to computer (provide complete system), Software: System shall come with Window XP drives, Warranty (minimum): one year- during the warranty period, the contractor shall be responsible for all repair cost associated with the hardware equipment, except where there is evidence that the equipment was physically abused by the Government. The vender shall provide a web site for system information (e.g., system profiles, drivers, etc.). The vender shall provide phone technical support for vendor supplied hardware & software, utilities and drivers. The warranty shall go into effect upon delivery and acceptance by the Government. Shipping: The equipment shall be delivered to a single destination as specified by the Government; Vendor to provide DD 250. Shipping cost are to be F.O.B. dest ination and proposed via commercial shipping to: XU W6DQ 01 PEO AVN, AV MISSION PLAN SYS AMPS PROD FAC, BLDG 4471 MORRIS ROAD, HUNTSVILLE, AL. 35812-0001. Delivery: The required delivery is 12 each, 17 January 2007 and 289 each, 5 February 2007. Early d elivery is authorized at no additional cost to the Government. Documentation: Vendor shall provide documentation of or reference to information published on the internet documenting compliance with requirements above. The following factors shall be used to evaluate proposals: Technical, price and past performance (all factors are equally in important). Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar equipment and service. Vendors shall ensure all reference points of contact, i.e. organization, name and phone number are accurate. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commerci al Items (Aug 1998) applies to this acquisition. Offerors are required to complete and include a copy of the provision at FAR 52.212-3 Offeror Representations and Certificationss-Commercial Items (Feb 1999) with their proposals. FAR clause 52.212-4 Contrac t Terms and Conditions Commercial Items (May 1999) applies to this acquisition. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 1999) applies with the following appliciable clauses from paragraph (b). FAR 52.204-7 Central Contractor Registration (Jul 2006); DFAR 252.243-7001 Pricing of contract modifications (Dec 1991), DFAR 252.247-70 23 Transportation of Supplies by Sea (May 2002), FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-21 Prohibition of segregated facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-36 Affirmative Action For Workers with Disabilities (Jun 1998), FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006), FAR 52.232-1 Payments (APR 1984), FAR 52.232-11 Extras (Apr 1984), 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.233-1 Disputes (Jul 2002), 5 2.233- 3 Protest After Award (Aug 1996), FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984), FAR 52.253-1 Computer Generated Forms (Jan 1991); FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2 006), FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); FAR 52.215-5 Facsimile Proposals (Oct 1997); DFAR 252.204-7004 Alt A Required Central Contractor Registration (Nov 2003); DFAR 252.211-7003 Item Identifica tion and Valuation (Jun 2005); DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.204-7003 Control of Government Personnel Work Product (Apr 1992); DFARS 252.212-7000 Offeror Representation and Certification  Commercial Item, DFAR S 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, FAR 52.203-3 Gratuties (Apr 1984) (10 U.S.C. 2207), FAR 52.233-4 Applicable Law for Breach of Contract Cla im (Oct 2004); FAR 52.242-17 Government Delay of Work (Apr1984); FAR 52.243-1 Changes-Fixed Price (Aug 1987). NOTE: All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer i neligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All offers are due 7 December 2006 before 4:00pm Central Standard Time. Offers may be sent via email at dexter.hornsby@peoavn.redstone.army.mil, hand-delivered to BLDG 5309, 2nd Floor, 92C107, Redstone Arsenal, AL 35898, or faxed to phone 256-876-3297 ATTN: Dexter Hornsby, The point of contact for this acquisition is Dexter Hornsby 256-8 76-5045.
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01184266-W 20061122/061120220938 (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.