Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2007 FBO #1956
SOLICITATION NOTICE

70 -- Computer for US Army Electronic Proving Ground (USAEPG), Fort Huachuca, Arizona

Notice Date
4/3/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-07-R-EPGCAL
 
Response Due
4/9/2007
 
Archive Date
6/8/2007
 
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 Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (Brand Name or Equal): 4 each; MFG: Dell, Inc.; PN: D620; Latitude ATG 620, Intel Core 2 Duo T7600, 2.33GHz, 667MHz 4M L2 Cache, Dual Core. CONFIGURATION: Processor: 14.1 inch wide screen WXGA RGDLCD for latitude ATG D620; Memory: 2.0GB, DDR2-667 SDRAM, 2 DIMM for Dell Latitude Notebooks; Keyboard Internal English Keyboard for latitude notebooks; Video Card: Intel Integrated graphics media accelerator 950 latitude ATG D620; Hard Drive: 80GB hard drive 9.5MM, 7200RPM for latitude ATG D620; Hard Drive Controller: Standard touchpad for latitude D620; No floppy drive for latitud e D-Family notebooks; Operating Systems: Windows XP Professional, SP2 with media, for Latitude English, factory installed; TBU: 90W AC adapter for Latitude D-Family; CD-ROM or DVD-ROM Drive: 24X CDRW/DVD with Cyberlink power DVD for Latitude D-Family ( 313-3881); Processor Cable: Intel 3945 WLAN (802.11a/g) mini Card Latitude factory install; Factory Installed Software: No resource CD for Dell Optiplex, Precision and Latitude systems. FEATURES: 9-cell/85-WHr primary battery for Latitude D620; 6-cell/ 48-WHr modular battery for Dell Latitude D-Family factory tied; Large nylon carrying case for Dell Latitude D-Family notebooks. SERVICE: Gold technical support service training, Latitude, 3 years; CompleteCare accidental DamageSvc Lat, 3 years; Contract- next business day parts and labor on-site response, 2 years extended; PUB, Lat Stand, 3 years; Contract-next business day parts and labor on-site response, initial year; Dell hardware warranty, initial year. Dell hardware warranty, extended year(s). INST ALLATION: Standard on-site installation declined. Service One: Dell Federal KYHD service. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 noon, Mountain Stan dard Time, Wednesday, 9 April 2007. Offers shall be submitted electronically at: carmen.simotti@epg.army.mil. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. DELIVERY SCHEDULE: Equipment must be delivered no later than 1 May 2007. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen M. Simotti, Contract Specialist, at (520) 533-8189 or carmen.simotti@epg.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is a total small business set aside. The NAICS code is 334119. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Ele ctronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercia l Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Ite ms and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select fo r award, all, some, or none of the proposals received in response to this announcement.
 
Place of Performance
Address: ACA, South Region, SFCA-SR-WS, EPG Directorate of Contracting, banister Hall, Bldg 56301, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN01265178-W 20070405/070403222953 (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.