Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2008 FBO #2344
DOCUMENT

70 -- Desktop Modernization Supply/Equipment Purchase - Modification 2

Notice Date
4/25/2008
 
Notice Type
Modification 2
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
HQ000280930002
 
Response Due
4/29/2008 4:30:00 PM
 
Point of Contact
James H Kim,, Phone: 703-696-4106
 
E-Mail Address
james.kim@whs.mil
 
Description
This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is 100% set aside for Service Disabled Veteran Owned Small Business in accordance with FAR 19.1405. The associated North American Industrial Classification System (NAICS) codes for this procurement is 423430 with a small business size standard of 100 employees. The Washington Headquarter Services (WHS), Acquisition and Procurement Office, Department of Defense, 1155 Defense Pentagon, Washington, DC 20301-1155 intends to purchase the items listed in the attached product list on a brand name or equal basis for CLIN0001 through CLIN0007; and specific make and model basis for CLIN0008 through CLIN0012. If quoting for items other than the make and model specified, approval must be sought from David L. Price, Contracting Officer, at (703) 696-3970 or david.price@whs.mil. All items will be delivered (F.O.B. Destination) to: OSD/CIO Depot Sharon McCracken 621L North Payne St Arlington, VA 22314 Phone: 703-325-0237 within 30 calendar days after award. Quotations are due no later than 4:30 pm, Eastern Standard Time, Tuesday, 29 April 2008. Offers shall be submitted electronically via email to: james.kim@whs.mil. For additional information, contact James H. Kim, Contract Specialist, at (703) 696-4106 or james.kim@whs.mil. 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 apply to this acquisition. Offerors may also submit a completed annual representation and certifications via Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. Brand Name Justification for CLIN 0008, 0009, 0010, 0011, 0012: CLIN0008 : This switch is required by the Government in order to connect PC-laptops to KVM switches. Based on acquisition history, this brand, among other commercially-available brands, offers the only product that has provided consistent performance and reliability. CLIN0009 : Tandberg VTC units are required to maintain interoperability with existing Tandberg VTC units. Purchase of a product other than Tandberg VTC units will incur duplicate training and system support costs for the Government. Additionally, Tandberg is the only VTC system that is capable with the ISEC 323 switch that is deployed into OSD. This switch is DISA/NSA approved. CLIN0010 : The Government requires a switch evaluated by The National Information Assurance Partnership (NIAP) to meet EAL 4 Common Criteria Evaluation and Validation Scheme. The Avocent SwitchView SC8port KVM Switch is the only product in its category that meets the certification standard. CLIN0011 : The Government requires an Apple iMac for helpdesk support. Purchase of a different brand will not meet the Government’s requirement. CLIN0012 : The Government requires speakers that will attach to currently owned DELL1908FPW monitors in order to maximize functional work space. Purchase of a different model or brand will not be accepted. Additional Instruction for Offerors: CLIN0001 and CLIN0002 are compatible products. When quoting a product other than the referenced item that meets the Government’s minimum technical specifications for CLIN0001, the offeror shall quote a compatible product for CLIN0002 that serves the same function as the brand name items referenced in the product list. CLIN0001, 0002, 0003, 0004, 0005, 0006, and 0007 will be evaluated in accordance with FAR 52.211-6. Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. As prescribed in 19.1407, insert the following clause: Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (a) Definition. “Service-disabled veteran-owned small business concern”— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) “Service-disabled veteran” means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation will be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for— (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern’s employees or the employees of other service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern’s employees or the employees of other service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if— (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b) (e) Any service-disabled veteran-owned small business concern (nonmanufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. Offerors shall quote for all items in the attached product list. Quotes that do not contain all items will be considered unresponsive. The Government will evaluate quotes and make a selection based on the lowest priced technically acceptable quotation. ***Summary of Amendment*** Changed solicitation from Unrestricted Competition to 100% Service Disabled Veteran Owned Small Business set aside. Deleted CLIN0011 - Avocent AutoView/DS1800 PS/2 Compatible KVM Cable, 8' Mfg part: CIFCA-8 from the attached product list. CLIN numbers have been reassigned to reflect this change. Response date deadline extended from 4:30 pm, Eastern Standard Time, Monday, 28 April 2008 to 4:30 pm, Eastern Standard Time, Tuesday, 29 April 2008
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53713e25163b8131604cf0f39b13432a&tab=core&_cview=1)
 
Document(s)
Modification 2
 
File Name: product list - updated - amendment 2 (Product List - Updated.xls)
Link: https://www.fbo.gov//utils/view?id=e03da76739a4ee77d4d2d8dc4e814b3a
Bytes: 34.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 621L North Payne Street, Arlington, Virginia, 22314, United States
Zip Code: 22314
 
Record
SN01561097-W 20080427/080425214738-53713e25163b8131604cf0f39b13432a (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.